News

YтАУDesign-Bid-Build (DBB) P106 Submarine Propulsor Manufacturing Support Facility, PNY

Type of document: Contract Notice
Country: United States

YтАУDesign-Bid-Build (DBB) P106 Submarine Propulsor Manufacturing Support Facility, PNY

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA

Zip Code:
23511

Contact:
Rachel Honecker
rachel.honecker@navy.mil
757-341-1975

Link:

Date Posted:
11/12/2018

Classification:
Y

Contract Description:
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME.
The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible firms (both large and small businesses) capable of performing design-bid-build (DBB) P106 Submarine Propulsor Manufacturing Support Facility located at Philadelphia Navy Yard (PNY) in Philadelphia, PA.
This project will construct a high-bay shipping/receiving/maintenance (S/R and M) classified facility with a concrete foundation, featuring a metal-panel exterior, a sloped metal-roof and roll-up doors. Spaces will include a shipping/receiving and inventory area accessible by the bridge crane.
A maintenance space will include six maintenance bays, tool and spare part storage, a calibration lab and associated office space. A portion of this space will also be accessible by the bridge crane. Personnel locker rooms and showers are also included.
This project will construct a two-story office/administration (O/A) classified facility with a concrete foundation, reinforced masonry exterior walls, face brick and metal-panel cladding, aluminum windows. Gypsum wallboard on metal studs will be used where fully enclosed spaces are required. Common space will provide a lunch and break room to accommodate training attendees. The O/A facility includes an additional secure server room and network.
This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-
Terrorism Standards for Buildings.
The facade of Building #121 serves as a portion of the installations perimeter. When Building #121 is demolished, a perimeter fence will be constructed to meet current physical security standards to include a guard booth.
Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. Site preparations include grading, earthwork, concrete and abandoned utility demolition, and contaminated soil disposal.
Special foundation features include pile supported concrete slabs for both facilities.
Paving and site improvements include grading and excavation for sub-grade storm water management systems, approximately 140 parking spaces, access roads inside the fence, curbs, sidewalks, landscaping, fencing and clear zone areas around facilities and standoff distances from the perimeter fence. The perimeter fence will also feature vehicular gates and personnel turnstiles. Fencing will enclose the new buildings, site development and improvements to the north of Kitty Hawk Avenue, in support of foundry operations. The S/R and M facility will include special pavement facilities for required material handling in shipping and receiving. Electrical utilities include primary and secondary distribution systems, standby/emergency power, outside lighting, concrete ductbank, transformers and telecommunications infrastructure, grounding and lightning protection.
This project will demolish Building #121 (11,980 m2) and Building #49 (605 m2).
Building #121 will be demolished to clear the site for the shipping, receiving, and maintenance facility.
100-Year Flood Plain Mitigation: The first floor for each new building will be elevated and supported by piles above the design flood elevation (DFE) recommended for facilities meeting Flood Design Class 2.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 я┐╜я┐╜я┐╜ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that я┐╜я┐╜я┐╜The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.я┐╜я┐╜я┐╜ This office anticipates award of a contract for these services by July 2018.
It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice.
The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) and up to a maximum of five (5) relevant construction projects completed in the past five (5) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein.
A relevant project is further defined as:

Size: A final construction cost of $50,000,000 or greater AND total square footage of 40,000 or greater
Scope: New construction of an industrial warehouse or machine shop with an administration building.
Complexity: Each submitted project does not require demonstrated experience with all of the following components, but collectively, experience with all of the elements below must be established throughout the submitted relevant projects.
a) Experience with hazardous material abatement to include asbestos, lead based paint, and/or mold;
b) Experience with projects in congested urban or industrial areas with limited construction laydown space and parking;
c) Experience with classified facilities.
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-Protя┐╜я┐╜gя┐╜я┐╜, you must indicate the percentage of work to be performed by the protя┐╜я┐╜gя┐╜я┐╜. A copy of the SBA letter stating that your 8(a) Mentor-Protя┐╜я┐╜gя┐╜я┐╜ agreement has been approved would be required with your proposal, if requested.
This notice is a market research tool being used to determine the availability and adequacy of both potential large and small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation.
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 Governmentя┐╜я┐╜я┐╜s best interest. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.
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 NLT 28 December 2018 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.
The package shall be sent via electronic mail to Rachel Honecker at rachel.honecker@navy.mil. Attachments are limited to a total of 5MB.

Response Date:
122818

Sol Number:
N4008519R9057

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy