Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

Y -- N4008523R2598 - LF Area - RUNWAY and BULKHEAD REPAIRS

Notice Date
1/24/2023 1:27:49 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008523R2598
 
Response Due
2/7/2023 11:00:00 AM
 
Point of Contact
Leslie Moore
 
E-Mail Address
Leslie.c.moore11.civ@us.navy.mil
(Leslie.c.moore11.civ@us.navy.mil)
 
Description
SOURCES SOUGHT NOTICE FOR: LF Area � RUNWAY and BULKHEAD REPAIRS located at Naval Station Norfolk, Norfolk, Virginia THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this notice is to identify potential offerors for market research purposes and to determine whether to set-aside the requirement for small business concerns. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUBZone Small Businesses, Small Disadvantaged Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing construction services for the following project: The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary for: LF Runway Repairs � Project includes asphalt and concrete pavement demolition, maintenance, repairs, and replacement, runway paint removal, runway markings, and electrical infrastructure demolition, repairs, and replacement associated with airfield signage Repair LF28 Steel Bulkhead � Project includes 2,600 linear feet of bulkhead repairs consisting of but not limited to pavement demolition; excavation of fill material behind the existing bulkhead; deconstruction of existing shore protection; partial demolition of an existing steel bulkhead; provision of a steel sheet pile bulkhead; concrete pile cap and fascia wall, provision of filter fabric, stabilization fabric, backfilling, compaction, pavement, shore protection, re-striping of traffic and parking markings; provision of grading and seeding in disturbed grassy area; and replacement of storm sewer outfall penetrations through the bulkheads. Repair LF28 Timber Bulkhead � Project includes 1,900 linear feet of bulkhead repairs consisting of but not limited to pavement demolition; excavation of fill material behind the existing bulkhead; deconstruction of existing shore protection; partial demolition of an existing timber bulkhead; provision of a steel sheet pile bulkhead; concrete pile cap and fascia wall, provision of filter fabric, stabilization fabric, backfilling, compaction, pavement, shore protection, re-striping of traffic and parking markings; provision of grading and seeding in disturbed grassy area; and replacement of storm sewer outfall penetrations through the bulkheads. The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. The primary North American Industry Classification System (NAICS) Code for this procurement is 237990 Other Heavy and Civil Engineering Construction with a size standard of $45.0M. In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $25,000,000 and $100,000,000 This is a new procurement. It does not replace an existing contract. No prior contract information exists The anticipated award of this contract is May 2023. Interested small business contractors must be able to comply with FAR Clause 52.219-14, Limitation on Subcontracting, which limits the amount of work performed by subcontractors.� Specifically, as the prime contractor, your company must perform at least 15% of the cost of the contract, not including the cost of materials, with your own employees.� If adequate interest is not received from Small Business concerns, the solicitation will be issued as unrestricted without further notice. It is requested that interested small businesses submit to the Contracting Officer a capabilities statement package, to include the NAVFAC Sources Sought Contractor Information Form and Sources Sought Construction Experience Project Data Form provided as attachments to this notice in order to demonstrate the ability to perform the services described. The Sources Sought Project Information Form shall be used to document a minimum of two (2) relevant project considering size/scope/complexity, for each project type listed below. Projects submitted for the Offeror must have been completed within fifteen (15) years prior to the date of submission. The following information shall be provided: 1. Contractor Information: Provide your firm�s contact information including Unique Entity Identifier (UEI) and CAGE Code. 2. Type of Business: Identify whether your firm is a Small Business, SBA certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned, and/or Economically Disadvantaged Women-Owned Small Business, or Women-Owned Small Business concern. If you are submitting as a mentor-prot�g� joint venture under the 8(a) program, you must provide SBA approval of the mentor-prot�g� agreement to be considered as small for this procurement. For more information on the definitions or requirements for these small business programs refer to http://www.sba.gov/. Responses must include identification and verification of the firm�s small business status. 3. Bonding Capacity: Provide your surety�s name, your maximum bonding capacity per project and your aggregate maximum bonding capacity. The aggregate bonding capacity must be no less than $27.6M to be deemed acceptable for this notice. 4. Experience: Submit a minimum of two (2) up to a maximum of four (4) relevant construction projects your firm has performed to best demonstrate your experience on relevant projects that are similar in size, scope and complexity. Experience of proposed subcontractors will not be considered. Furthermore, the offeror�s experience as a subcontractor will not be considered. Recent is defined as having been 100% completed within the last fifteen (15) years prior to the submission due date. Relevant project(s) are further defined as: Size: A final construction cost of $5,000,000 or greater. Scope/Complexity:� Construction Project located at an Airfield/Airport including repair and/or replacement of asphalt and concrete pavements and/or Waterfront Construction Project including installation/repairs to Bulkheads. 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. 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. A small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories: (A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; ������� or (E) Historically underutilized business zone small business This notice 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 ultimate 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 notice.� The Government will use responses to this Sources Sought Synopsis to make appropriate acquisition decisions. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company�s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Submission of a Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. 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. RESPONSES ARE DUE ON 07 FEBRUARY 2023 by 2:00 P.M. local time. LATE SUBMISSIONS WILL NOT BE ACCEPTED.� The submission package shall ONLY be submitted electronically to Leslie Moore at Leslie.c.Moore@navy.mil AND leslie.c.moore11.civ@us.navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a ""read receipt."" Responses received after the deadline or without the required information will not be considered. Questions or comments regarding this notice may be addressed by email to leslie.c.moore11.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d6685d448b0844d99d22dd6f71bd1b28/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN06572348-F 20230126/230124230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.