The RFP Database
New business relationships start here

Repairs to Explosive Handling Wharf 1 Phases 2 and 3, Naval Submarine Base Kings Bay, GA Market Research


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. 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 for determining whether to set-aside the requirement for small businesses. No telephone calls will be accepted requesting a bid package or solicitation. There will be no bid package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

The Naval Facilities Engineering Command Southeast (NAVFACSE) is seeking U.S.
Small Business Administration (SBA) certified 8(a), SBA Certified HUBZone Small Business (HUBZone), Service Disabled Veteran-Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), and other Small Business (SB) sources with current relevant qualifications, experience, personnel, and capability to perform this proposed project. Explosive Handling Wharf (EHW) 1 is used to berth submarines and load/unload weapons. Built in 1988, it measures 530b long by 240b wide by 140b tall, and is composed of steel framing with metal wall and roof panels. The wharf includes two (2) 120-ton bridge cranes and a conditioned support building, used to house systems, C2, and administrative functions, with CMU walls and concrete roof slabs.
The wharf, the support building, and all equipment contained therein are continually subjected to a corrosive seawater environment. The scope of the proposed project includes repairs and improvements to EHW 1 Phases 2 and 3 at Naval Submarine Base Kings Bay, Georgia as follows:

Explosive Handling Wharf 1 Phase 2:
b" Abrasive blasting, cleaning, preparing, and coating metal structural framing members above the lower roof line of the wharf building; to be complete within a negative-pressure environmental containment. Asbestos-containing materials and lead-containing paint were identified.
b" Abrasive blasting, cleaning, preparing, and coating metal stair, platform, and catwalk railings; to be complete within a negative-pressure environmental containment.
b" Removal and replacement of insulated roof panels.
b" Relocation of roof-mounted equipment platform to adjacent EHW2 roof.
b" Removal and replacement of roof antenna and roof catwalk posts.
Installation of new antenna platforms.
b" Removal and replacement of bolts at large steel trusses and column splices.
b" Inspection of welds after blasting and cleaning.
b" Maritime safety requirements, EM 385, OSHA, and other contract requirements shall apply.
b" The project requires construction phasing, coordination, and detailed scheduling.
b" Material laydown areas are limited in size and a detailed logistics plan will be required.

Explosive Handling Wharf 1 Phase 3:
b" Abrasive blasting, cleaning, preparing, and coating metal structural framing members from below the lower roof line of the wharf building to the deck; to be complete within a negative-pressure environmental containment.
Asbestos-containing materials and lead-containing paint were identified.
b" Abrasive blasting, cleaning, preparing, and coating metal stair, platform, and catwalk railings; to be complete within a negative-pressure environmental containment.
b" Removal and replacement of insulated wall panels.
b" Removal and replacement of gutters and downspouts.
b" Removal and replacement of shore power booms, to include foundations and power cabling.
b" Refurbishment of wharf in-haul rail system.
b" Refurbishment of wharf constant-tensioning system.
b" Removal and replacement of industrial lift.
b" Installation of new wharf lighting.
b" Replacement of support building HVAC system.
b" Replacement of ship power 450V switchgear, circuits, and ship-shore cabling.
b" Replacement of crane rails and associated service.
b" Repair or replacement of corroded conduit and conductors.
b" Replacement of (or repairs to) support building interiors, to include ceilings, floors, walls, and fixtures.
b" Maritime safety requirements, EM 385, OSHA, and other contract requirements shall apply.
b" The project requires construction phasing, coordination, and detailed scheduling.
b" Material laydown areas are limited and a detailed logistics plan will be required.

The estimated cost of construction for each phase under the project is between $10,000,000 and $25,000,000.
The North American Industry Classification System (NAICS) Code is 237990 Other Heavy and Civil Engineering Construction with a Small Business Size Standard of $36.5 million. Under the FAR guidelines, the prime contractor must have the capability to perform at least 20 percent of the contract work with its own employees. The Government will use responses to this SOURCES SOUGHT announcement to make appropriate acquisition decisions. A decision will be made whether to issue the solicitation as a competitive set-aside for 8(a), HubZone, SDVOSB, or WOSB contractors: first priority; issue a solicitation as a small business set-aside: second priority; or whether to issue an unrestricted solicitation with full and open competition: third priority.

The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references.
The information which must be contained in your response is as follows:
b" Name and address of company
b" Point of contact with telephone number and email address
b" Identify the firmbs business size and socio-economic status (HUBZone, 8(a), SDVOSB, WOSB, etc.) for NAICS Code 237990 applicable to this sources sought. If your firm is claiming HUBZone or 8(a) status, provide a copy of your SBA certification.
b" Evidence of sufficient available bonding capacity. Evidence shall include the name, telephone number and point of contact of respective bonding company. Bonding capacity per individual project and maximum aggregate capacity.
b" Evidence of registration in SAM, including CAGE Code and Entity Identifier (formerly DUNS Number)

In addition to the general information above, respondents must provide the following specific information.
Respondents must include references and a capability statement for a minimum of three (3) to a maximum of five (5) projects that meet the specific capabilities listed below:

Projects completed as a prime contractor working in marine construction that demonstrates the following capabilities:
1. Abrasive blast, clean, prepare and coat steel framing in a marine environment.
2. Demonstrate experience with containment of abrasive blasting operations and effective control and capture of spent blast media and coatings on elevated platforms.
3. Demonstrate experience with wharf equipment similar to booms, crane rails, and constant tensioning systems.
4. Demonstrate experience with environmental compliance, quality control, and recognized standards.
5.
Three (3) projects of similar size, scope and complexity in the last five (5) years.
6. Construction size (project size) of $10 Million or greater.

Respondents shall provide a list of projects including contract numbers, project titles, dollar amounts, project completion dates, performance ratings, and evidence of the specific capabilities listed above. Each project reference shall include the company name and title, telephone number, and point of contact and title.

The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the companybs ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein.
Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of 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. After completing its analysis, the Government will determine whether to limit competition among 8(a), HubZone, SDVOSB, WOSB, or small business firms or to proceed with issuing an unrestricted solicitation, inviting full and open competition. Interested parties should respond no later than 03 May 2018, 1:00 pm EDT via email to dianne.haymans@navy.mil. The subject line of the email shall read: EHW1 Phases 2 and 3 at Naval Submarine Base Kings Bay, GA.
Responses that do not meet all requirements or are not submitted within the allotted time will not be considered. Respondents will not be notified of the results of the evaluation.

Dianne L. Haymans

EHW1 Phases 2 and 3 at Naval Submarine Base Kings Bay, GA

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP