MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA

Agency:
State: Virginia
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159750153334004
Posted Date: Mar 14, 2024
Due Date: Mar 20, 2024
Source: Members Only
Follow
MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA
Active
Contract Opportunity
Notice ID
N6247024R0062
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Office
NAVFACSYSCOM ATLANTIC
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 14, 2024 09:36 am EDT
  • Original Published Date: Mar 07, 2024 02:04 pm EST
  • Updated Response Date: Mar 20, 2024 02:00 pm EDT
  • Original Response Date: Mar 20, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 04, 2024
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2ED - REPAIR OR ALTERATION OF SHIP CONSTRUCTION AND REPAIR FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Portsmouth , VA 23709
    USA
Description View Changes

SOURCES SOUGHT REFERENCE NUMBER N6247024R0062





Title: MILITARY CONSTRUCTION PROJECT (MILCON) P1062 DESIGN-BID-BUILD, DRY DOCK 3 MODERNIZATION, NORFOLK NAVAL SHIPYARD, PORTSMOUTH, VIRGINIA.





THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified business sources prior to determining the method of acquisition and issuance of a solicitation. Naval Facilities Engineering Systems Command (NAVFAC) Atlantic is seeking qualified Large Businesses and Small Businesses, including U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUBZone, Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Women-Owned Small Businesses (WOSB), or Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy.





The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.





Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a small business set-aside acquisition in lieu of full and open competition is in the Government’s best interest pursuant to FAR 19.502-2(b).





The Government is contemplating award of a MILCON Design-Bid-Build, Dry Dock 3 Modernization Project at Norfolk Naval Station, Portsmouth, Virginia.





The Dry Dock 3 modernization project includes the following major components: rebuilding the caisson seats with deep foundations, refurbishing the dock floor and walls, pinning the concrete floor, constructing a wet well and pump house to replace the existing pumpwell, rerouting all utilities into a new utility trench around the dock perimeter, and replacing the dry dock’s surrounding rail systems.





1. Cofferdam : A temporary cofferdam at the entrance to Dry Dock 3 will be constructed to allow the contractor to perform demolition and construction under dry working conditions. The cofferdam consists of a continuous steel pipe pile wall (SPP Wall) driven side-by-side to form a continuous wall. The wall will support approximately 40 feet of water on the riverside. The cofferdam will be constructed approximately 8 feet east of the dry dock entrance (in the river), beyond the existing timber pile supported apron. In the space between the dry dock entrance and the cofferdam, riverbed soils will be dredged and replaced with a tremie concrete slab to seal off upward water flow. In addition, composite sheet pile/concrete closure walls will be constructed on either side of the dock entrance, connecting the SPP Wall to the dock proper and therefore closing off the entrance.





2. Dry Dock: The floors and walls of the dry dock will be reconstructed by initially removing all the dry dock’s existing granite blocks (ranging from 15 inches thick along the floor and up to 50 inches thick along the altars) and a minimum of 12 inches of existing concrete beneath the granite. The coping/floodwall elevation will be the entrance, will have a tie-down system to resist increased uplift demands due to higher flood events. The dry dock’s walls and floor will be reconstructed with reinforced concrete to provide improved capacity accommodating the increased “superflood” load condition and reestablishing the 2009 FCR design blocking loads.





3. Wet Well: Selective demolition of the existing below grade Pumpwell is required to accommodate the discharge piping for the Wet Well and Pump House. This includes the removal of the existing ladders, catwalks, platforms, stairs, concrete walls/slabs and fiberglass grating as required by structural work.





All companies to include service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), small businesses, and large businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest. If you are considering entering into a teaming arrangement, you should provide the name of all teaming partners, the anticipated type of teaming arrangements, address the specific services each member will provide and include applicable professional qualifications and experience for each member, and to what extent your company has worked with the proposed teaming partners in the past. For other than bundled requirements you may be able to joint venture with one or more small businesses and not be considered affiliated as long as each member of the joint venture is small under the applicable NAICS code (13 CFR 121.103(h)(3)). A small business prime will be required to comply with FAR 52.219-14, which limits the percentage paid by small business prime contractors to subcontractors that are not similarly situated entities. The limitation on subcontracting would apply to the cooperative effort of the joint venture and not each individual member (13 CFR 125.6(i)). Provide evidence that on past contracts of a similar nature that your company (as the prime contractor) was able to comply with the requirement of FAR 52.219-14 and will be able to comply with this requirement under the proposed contract.





Submittal Requirements: It is requested that interested businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form, Sources Sought Project Matrix, and Project Labor Agreement Request for Information 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 three (3) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as:





Size: Waterfront Facility (Dry Dock) with a final construction cost of $50,000,000 or greater with a square footage of 100,000 SF or greater.





Scope: Modernize, repair, and structurally modify a Dry Dock in support of updated submarine dry dock requirements. This project will modernize inner, outer, and superflood caisson seats to remove operational restrictions for docking submarines, stabilize the entrance, and protect against uplift during high water events. This project renovates the entirety of DD3 to include wall and coping reconstruction, crane rails, railroad tracks and infrastructure, dock floor, and cofferdam.





Complexity: Experience with construction or repair of Dry Docks.





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-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal.





The North American Industry Classification System (NAICS) Code for this project is 237990,Other Heavy and Civil Engineering Construction, with a small business size standard of $45 mllion. In accordance with DFAR 236.204(ii), the magnitude of construction for this project is over $500 million.





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.





The submission package shall be submitted electronically to Brandi Upton via email at brandi.j.upton.civ@us.navy.mil and MUST be limited to a 5MB attachment. The Statement of Capabilities must be on 8 ½ by 11-inch standard paper, single spaced, Times New Roman, 12 point font minimum and is limited to ten (10) single-sided pages (including all additional attachments). The Sources Sought Project Matrix and the Project Labor Agreement Request for Information are not included in the page count. You are encouraged to request a read receipt or acknowledgement via reply email.





RESPONSES ARE DUE NO LATER THAN Thursday, 25 March 2024 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.





NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR’S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION.





We appreciate your interest and thank you in advance for responding to this notice.





ADDENDUM 1 - Corrects the location to Noroflk Naval Shipyard, Portsmouth, VA



ADDENDUM 2 - Corrects the NAICs, size requirement, changes the page limitation, and revises the due date.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 6506 HAMPTON BLVD
  • NORFOLK , VA 23508-1278
  • 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 >