SOURCES SOUGHT
99 -- P1112 Building 72 Resiliency, Portsmouth Naval Shipyard (PNSY), Kittery, Maine
- Notice Date
- 10/2/2025 8:18:03 AM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008526R0005
- Response Due
- 10/17/2025 11:00:00 AM
- Archive Date
- 11/01/2025
- Point of Contact
- James Godwin, Phone: 7573411999
- E-Mail Address
-
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for Design-Bid-Build (DBB) P1112 Building 72 Resiliency, Portsmouth Naval Shipyard (PNSY), Kittery, Maine. P1112 B72 Resiliency Project provides a desalination facility with a non-potable process water net production capacity of 400,000 gallons per day, expected average daily need ranging between 250,000 to 300,000 gallons per day. The project provides pumping and control systems to pump the produced water to existing condensate receiver tank (base bid) and pumped and interconnected with existing south and north cooling towers piping (bid option). The project provides an underwater seawater intake at the face of existing Berth 5 consisting of an EPA 316B compliant intake screen with integrated automated airburst self-cleaning system, intake pumps, and piping. The project provides a desalination process consisting of an ultrafiltration pre-treatment inclusive of break tank and blowers; seawater reverse osmosis (SWRO � Stage 1); brackish water reverse osmosis (BWRO � Stage 2); 30,000 gallon permeate storage tank; and a chemical clean in place system consisting of several chemical storage tanks. The project provides a submerged brine discharge/outfall at the face of existing Berth 4. The project provides coordinated localized repairs, renovations, and structural changes to Building 242 and historic masonry Building 72. The scope in Building 72 includes abatement of hazardous building materials as well as limited restoration of masonry. The scope in Buildings 242 and 72 involve structural reconfiguration of existing structural concrete deep gravity seawater wells. The project provides extension of existing 13,200V electrical, inside compressed air, inside domestic water, and sanitary sewer utility systems. The project includes bid options to provide controlled density fill within existing original 100 year plus old gravity seawater tunnels. The project scope includes all necessary local instrumentation and controls for all new installed systems and includes integration within existing B72 boiler plant controls. The project excavations involve some isolated areas of excavation within known hazardous soils. All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government�s best interest. The contract will include FAR clause 52.219-14 Limitations on Subcontracting (DEVIATION 2021-O0008), which states that �It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded.� It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as: Size: A final construction cost of $20,000,000 or greater. Scope: Renovation or construction of either a Water Treatment Facility, Wastewater Treatment Facility, and/or Industrial Water Storage Facilities. Complexity: Each project submitted does not require demonstrated experience with all of the following complexity elements, but shall collectively demonstrate experience with all of the following elements: Phased construction experience related to multi-stage industrial processes, water treatment plants, pumping stations, or similar Construction work in existing utility plants or industrial buildings where facility operations remain active and with limited available on-site construction laydown space Hazardous Material Abatement and Disposal Note: Capability will only be satisfied on projects that are considered relevant in terms of size/scope/complexity and completed within the specified time period. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. The North American Industry Classification System (NAICS) Code for this project is 237110, Water and Sewer Line and Related Structures Construction, with a small business size standard of $45,000,000. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. The submission package shall be submitted electronically to James Godwin via email at james.a.godwin41.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN Friday, 17 October 2025 at 14:00 EDT. LATE RESPONSES WILL NOT BE ACCEPTED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/266be423c1dc4db79ea64785c2427cc2/view)
- Place of Performance
- Address: Kittery, ME, USA
- Country: USA
- Country: USA
- Record
- SN07611496-F 20251004/251002230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |