P-1097 RELOCATE UNDERWTR ELECTROMAGNETIC MEASUREMENT SYS
Agency: | DEPT OF DEFENSE |
---|---|
State: | Connecticut |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159392873717704 |
Posted Date: | Jan 19, 2023 |
Due Date: | |
Solicitation No: | N4008523R2516 |
Source: | Members Only |
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.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 19, 2023 05:35 pm EST
- Original Response Date:
- Inactive Policy: Manual
- Original Inactive Date: Feb 10, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
-
NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
-
Place of Performance:
New London , CTUSA
This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for performing construction services for P-1097 Relocate Underwater Electromagnetic Measurement System, Naval Submarine Base New London, New London, Connecticut.
PROJECT DESCRIPTION:
The contractor shall provide all material, labor, transportation, tools, equipment, management, supervision and quality control necessary for this project. This project constructs a steel fabricated three-level platform, approximately 20' x 20', supported by four steel piles in the Thames River at Groton, Connecticut, including a weather and corrosion resistant Data Concentrator Shed (DCS) on the third deck which will support and house equipment for an Underwater Electromagnetic Measurement System (UEMMS), and the construction and connection of two composite submarine cables supporting power and communications from the Range House on the New London side of the river. Both composite cables will be installed together by jet-plow method four-feet into the river bottom and protected by concrete matting. Design and construction of the UEMMS equipment will be by others. Additionally, option to complete demolition, including pile extraction, of the existing platform, DCS and UEMMS, in an out-year requiring remobilization.
The completion time for this contract is 580 calendar days after award.
This solicitation is being advertised as "Unrestricted" for full and open competition. This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 – Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $45,000,000.
In accordance with DFARS 236.204(ii), the magnitude of construction for this project is between $10,000,000 and $25,000,000.
This office anticipates award of a contract for these services around June 2023.
The original Sources Sought Notice was published to SAM.gov on 12 October 2022 with a response due date of 25 October 2022. The intent of the Sources Sought Notice was to seek eligible Small Business, 8(a), HUBZone, Service-Disabled Veteran-Owned, and/or Women-Owned Small Businesses to determine the opportunity for a set-aside. The Government invited contractors with the relevant experience necessary to meet or exceed the stated requirements to submit a capabilities package, to include the Sources Sought Contractor Information Form, and the Sources Sought Project Data Form, demonstrating the ability to perform the requested services. Zero (0) responses were received. Based on the market research conducted for this procurement, there is not a reasonable expectation that two or more capable small businesses will propose on this requirement. Successful award and completion of the requirements can be achieved by soliciting this contract as full and open competition, as stated in the DD2579, Small Business Coordination Record. The NAVFACSYSCOM Atlantic Deputy Associate Director for Small Business concurred with the recommendation on 26 October 2022. On 27 October 2022, the Small Business Administration (SBA) Procurement Center Representative (PCR) approved the DD2579.
The Request for Proposal (RFP) will be issued on or about 03 February 2023. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.
IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov.
Questions regarding this notice should be directed to Leslie Moore at leslie.c.moore11.civ@us.navy.mil.
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
- Leslie Moore
- Leslie.c.moore11.civ@us.navy.mil
- Barbara Williamson-Garris
- barbara.l.williamson-garris.civ@us.navy.mil
- Jan 19, 2023 05:35 pm ESTPresolicitation (Original)
- Nov 09, 2022 11:56 pm EST Sources Sought (Inactive)
Related Document
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.