Rhode Island Bids > Bid Detail

DESIGN BUILD (DB) BULKHEAD REPAIRS S366 AND PIER 1 NAVAL STATION NEWPORT, RHODE ISLAND

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159748085299756
Posted Date: Mar 17, 2023
Due Date: Mar 30, 2023
Solicitation No: N4008523R2665
Source: https://sam.gov/opp/ebe3608d6e...
Follow
DESIGN BUILD (DB) BULKHEAD REPAIRS S366 AND PIER 1 NAVAL STATION NEWPORT, RHODE ISLAND
Active
Contract Opportunity
Notice ID
N4008523R2665
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 16, 2023 09:24 am EDT
  • Original Response Date: Mar 30, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Newport , RI
    USA
Description

SOURCES SOUGHT NOTICE FOR DESIGN BUILD (DB) BULKHEAD REPAIRS S366 AND PIER 1 NAVAL STATION NEWPORT, RHODE ISLAND



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:



Bulkhead Repairs S366 and Pier 1 at Naval Station Newport in Newport, RI – This project is for the design and construction of the repairs to S366 and Pier 1 bulkhead structures. Pier 1 bulkhead has not been designed and S366 bulkhead has been designed but requires full review and minor upgrades. The work shall include site investigation for a full design. The work also includes in-water work such as dredging, pile removal/installation and a minor demolition of the existing Pier 1. Stormwater and utility upgrades including the construction of a stormwater BMP are also included. The designer will be responsible for reviewing the existing EV permits and completing the applications for new permits or modifying the existing EV permits.



The procurement method to be utilized is Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation.



The appropriate NAICS code for this procurement is 237990 - Other Heavy and Civil Engineering Construction; Annual Size Standard: $45.0M



In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $10,000,000 and $25,000,000.



The anticipated award of this contract is September 2023.



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



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) up to a maximum of five (5) relevant projects considering size/scope/complexity, listed below. Projects submitted for the Offeror must have been completed within seven (7) 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-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.



3. Experience: Submit a minimum of two (2) up to a maximum of five (5) 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 seven (7) years prior to the Sources Sought due date.



Relevant project (s) are further defined as:



Size: A final construction cost of $25,000 or greater. At least one project must have a final construction cost of $10,000,000 or greater.



Scope/Complexity: Demonstrate experience, cumulatively and collectively, with the following:




  1. Design build projects.

  2. Waterfront construction projects that include one or more of the following elements: piers, wharves, quay walls, bulkheads, pile driving, sheet piles, and dredging and disposal.

  3. Working in Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) site.



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 Please note that 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.



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 Thursday, March 30, 2022 by 2:00 P.M. Eastern Daylight Time. The submission package shall ONLY be submitted electronically to Catharine Keeling at Catharine.a.keeling.civ@us.navy.mil and MUST be limited to a 4mb attachment. LATE SUBMISSIONS MAY NOT BE ACCEPTED. 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 Catharine.a.keeling.civ@us.navy.mil


Attachments/Links
Attachments
Document File Size Access Updated Date
Project Information Form.docx (opens in new window)
24 KB
Public
Mar 16, 2023
Contractor Information Form.docx (opens in new window)
21 KB
Public
Mar 16, 2023
file uploads

Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 16, 2023 09:24 am EDTSources Sought (Original)

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 >