LIGHTERAGE AND SMALL CRAFT FACILITY, MCSF BLOUNT ISLAND, JACKSONVILLE, FLORIDA.

Agency:
State: Florida
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159210384878190
Posted Date: Feb 22, 2024
Due Date: Mar 8, 2024
Source: Members Only
Follow
LIGHTERAGE AND SMALL CRAFT FACILITY, MCSF BLOUNT ISLAND, JACKSONVILLE, FLORIDA.
Active
Contract Opportunity
Notice ID
N6945024R0003
Related Notice
N6945024R0003
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC SOUTHEAST
Office
NAVFACSYSCOM SOUTHEAST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 12:47 pm EST
  • Original Response Date: Mar 08, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1PZ - CONSTRUCTION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Jacksonville , FL
    USA
Description

THIS IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BID. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the procurement integrity of any future procurement 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.





Description:



This acquisition may result in the award of a Design Bid Build (DBB) Firm Fixed Price (FFP) Construction contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Florida. The work includes, but is not limited to constructing the first of two primary facilities for maintaining the Improved Navy Lighterage System (INLS). The lighterage require cyclical maintenance, which takes place at Navy Point on Blount Island. The facility is required to support lighterage maintenance, operational testing, storage, and staging. This includes the ability to transfer lighterage between water and land in order to test newly maintained craft in the water and to transfer craft to maintenance facilities, both on and off site. Project requirements include:





Main Components




  • One General Purpose Berthing Wharf for berthing up to 15 total Lighterage

  • Three access trestles to the Berthing Wharf, two for vehicles and one for personnel

  • Lighterage Lift-Launch Pier (LLP), which includes two parallel finger piers to support the existing 150-ton Travel Lift and future 200-ton Travel Lift. East finger pier shall be designed to support vehicular access. The area north of the slip to be designed to support a 300-ton crawler crane and loaded transporter.

  • Floating dock to berth two small watercrafts with floating jet dock

  • Sand Landing Craft Ramp

  • Two-story Waterfront Operations Building to contain restrooms, utility rooms, and second story Harbormaster Office



Support Components




  • Anti-Terrorism/Force Protection (AT/FP)

  • Site work

  • Paved parking for two (2) police vehicles

  • Paved parking for thirty-eight (38) private vehicles serving wharf (including one (1) accessible space)

  • Paved parking for six (6) government owned vehicles

  • Pierhead Way extension

  • Cul-de-sac

  • Reinforced pavement for crane hardstand area

  • Shore protection

  • Concrete approach to LLP

  • Access road

  • Sand ramp

  • 1000-pound jib crane near the east end of the Lighterage Wharf

  • Electrical utilities to support the project include primary and secondary electrical distribution system, transformer, site security lighting, navigation lighting, fire alarms system, telephone lines, and fiber optic data lines.

  • Mechanical utilities to support the project include sanitary sewer and lift station, potable water, fire protection water, fire hydrants, compressed air, and hot water for restrooms.





Facilities associated with the temporary relocation of existing Afloat Staging Point (ASP) and police boat jet dock for use during construction. Facilities include: installation of four (4) new 24” square prestressed concrete guide piles; fabrication and installation of four (4) new galvanized steel guide frames with UHMW-PE rollers mounted to the ASP; installation of a temporary access walkway/gangway providing landside access to the ASP; and installation of a temporary landside concrete foundation at the temporary access walkway/gangway. At the completion of Lighterage Wharf construction, the Contractor will remove the temporary ASP guide piles, gangway, and landside gangway foundation. The ASP and police boat jet dock will be removed/relocated by BIC.



The solicitation and contract shall include FAR Clause 52.211-10, Commence, Prosecution and Completion of Work, which will identify 665 calendar days (base and any options exercised) for contract completion from date of contract award.





The best value continuum source selection process to be used for this acquisition is the tradeoff approach, as described in FAR 15.101-1. The best value tradeoff process is appropriate and permits evaluation of proposals based on price competition, technical merit, confidence assessment and other factors; permits impartial and comprehensive evaluation of offeror proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government.





A sources sought notice was posted to sam.gov on October 25, 2023 requesting small business industry interested and capability statement. Based on responses from the notice it was determined that the requirement should be issued as full and open.





The solicitation will be a negotiated DBB acquisition. Proposals will be solicited in a one-phase submission for a single solicitation. The solicitation will utilize source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government.





Competition Requirements: Unrestricted basis, under full and open competition.





Procurement Method: FAR Part 15, Contracting by Negotiation.





Type of Contract: Firm-Fixed Price





The NAICS code for this construction solicitation is 237990 with a size standard of $45,000,000.





Project Magnitude 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.



Large business concerns will be required to submit a subcontracting plan prior to award of the contract.



A Site Visit will be held for those offerors who choose to participate (exact date and time will be specified in the solicitation). Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation).





This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.


Attachments/Links
Contact Information
Contracting Office Address
  • COMMANDING OFFICER B-903 YORKTOWN
  • NAS JACKSONVILLE , FL 32212-0030
  • 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 >