Rhode Island Bids > Bid Detail

NOAA OMAO Ship & Support Facility Relocation, Naval Station Newport, Rhode Island

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159087911150223
Posted Date: Oct 25, 2022
Due Date: Nov 7, 2022
Solicitation No: N4008523R2527
Source: https://sam.gov/opp/7620d0c9ee...
Follow
NOAA OMAO Ship & Support Facility Relocation, Naval Station Newport, Rhode Island
Active
Contract Opportunity
Notice ID
N4008523R2527
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 25, 2022 07:44 am EDT
  • Original Published Date: Oct 24, 2022 02:06 pm EDT
  • Updated Response Date: Nov 07, 2022 02:00 pm EST
  • Original Response Date: Nov 07, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Newport , RI
    USA
Description View Changes

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.



The intent of this notice is to conduct market research to determine if sources capable of satisfying this agency’s requirements exist.



The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for NOAA OMAO Ship & Support Facility Relocation Naval Station Newport Rhode Island.



All service-disabled veteran-owned small businesses (SDVOSB), certified HUB-Zone, certified 8(a), women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry responses 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.



General Work Requirements:



The project will include the design/construction of a 4 Ship Pier, associated utilities and a supporting land based Warehouse/Administration building, with associated parking, exterior storage and adjacent loading & laydown area. The entire facility will be developed as a 2 phased project in the original Area 1 (adjacent the current “T” pier and building number 6 along the shoreline) as the primary site location, with the potential use of Site D for parking associated with the final phase of the pier construction. The NOAA OMAO Ship and Support Facility Relocation project will consist of a new freestanding, 22,129 square foot facility located in area 1 to support the adjacent planned four-ship pier.



In accordance with DFARS 236.204(iii), the magnitude of construction for this project is between $100,000,000 and $250,000,000.



This is a new procurement. It does not replace an existing contract. No prior contract information exists.



The anticipated award of this contract is August 2023.



The appropriate NAICS code for this procurement is 236220 -Commercial and Institutional Building Construction, and the small business size standard is $39,500,000.



If the resulting solicitation is set aside for small businesses firms, it will include FAR clause 52.219-14, Limitations on Subcontracting.



Interested sources are invited to respond to this sources sought announcement by using the forms provided under separate files titled Sources Sought Contractor Information Form (form attached) and Project Information Form (form attached). These forms are required. Information not provided may prohibit your firm from consideration.



If you are submitting as a mentor-protégé joint venture under the 8(a) program, you must provide SBA approval of the mentor-protégé 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.



Construction Experience:



Submit a minimum of three (3) and up to a maximum for five (5) relevant construction projects for the Offeror that best demonstrate your experience as a prime contractor on relevant projects that are similar in Size, Scope, and Complexity. Recent is defined as having been 100% completed within the last seven (7) years prior to the sources sought submission due date. A relevant project is further defined as:



Size: Final construction cost of $75,000,000 or greater.



Scope/Complexity: Projects shall collectively demonstrate experience with both the Land-side and Water-side requirements as shown below:



Land-side work:




  • New Construction of a commercial or institutional building (minimum 2-story) (e.g. administrative, warehouse)

  • New Construction of reinforced concrete wharf or bulkhead that includes utilities



Waterside Work:




  • Construction of a structural pier with installation via equipment mounted barges using structural support piles (e.g. Steel Pipe Piles, Steel Sheet Pile Combi-walls, Prestressed Square, or cylinder piles)



Note: Each project does not have to demonstrate experience with each element of scope/complexity, but instead shall collectively demonstrate experience with all elements of scope/complexity.



Note: Experience of proposed subcontractors will not be considered. If the offeror submits experience where it performed on the project as a subcontractor, the Offeror must clearly demonstrate that its work on the project met all of the requirements detailed above.



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.



Responses are due on Monday, 7 November 2022 by 2:00 P.M. local time. The submission package shall ONLY be submitted electronically to Amanda Bricker at amanda.l.bricker.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.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >