Search Contract Opportunities

Dry Dock 2 Complex, Portsmouth Naval Shipyard, Kittery, ME   4

ID: N4008521R1225 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.
The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for the Dry Dock 2 Complex, Portsmouth Naval Shipyard, Kittery, ME.
This project consists of multiple enclosures totaling approximately 23,100 SF to be fabricated and installed at Portsmouth Naval Shipyard in Kittery, ME. A 21,500 SF permanently installed enclosure consists of two towers, storage areas, railcar access, multiple high and low bay work areas, three bridge cranes, movable roofs, access control and all associated HVAC, mechanical, electrical, alarm, controls and communication systems. A 1,600 SF modular relocatable enclosure consists of two support towers supporting two enclosure components with a tower, a bridge crane, movable roofs and all associated mechanical, electrical, alarm, controls and communication systems and elevated access passageways. The enclosures require clean room finishes and HEPA HVFAC filters in most areas. Additional scope includes new utility capacity and infrastructure, modification to existing utilities and modifications to existing enclosure HVAC, electrical, alarm, controls and communication systems.

All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small 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. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. This office anticipates award of a contract for these services in June 2021.
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) 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 five (5) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as
Size: A final construction cost of $40 million dollars or greater.
Scope: New fabrication and installation of fixed and relocatable equipment and work enclosures.
Complexity: Each project submitted does not require demonstrated experience with all of the following components, but collectively, they must demonstrate experience with all elements:
a) Complex structural steel fabrication, including modular structural components requiring repeated assembly and disassembly.
b) Mechanical systems including ventilation, duct work, and all associated controls, testing and commissioning.

c) Projects completed in congested urban or industrial areas with limited construction laydown space.

d) Overhead cranes with rated capacities between 5-10 tons and spans between 20-60 feet.
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-Prot g , you must indicate the percentage of work to be performed by the prot g .
A copy of the SBA letter stating that your 8(a) Mentor-Prot g agreement has been approved would be required with your proposal, if requested.
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. 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 Government's best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.
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 package shall be submitted electronically to John Bishop via email at john.p.bishop1@navy.mil and MUST be limited to a 5Mb attachment.
You are encouraged to request a read receipt or acknowledgement via reply email.
RESPONSES ARE DUE NO LATER THAN Tuesday, 24 November 2020 at 15:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.

Overview

Response Deadline
Dec. 28, 2020, 2:00 p.m. EST (original: Nov. 24, 2020, 3:00 p.m. EST) Past Due
Posted
Nov. 17, 2020, 1:46 p.m. EST (updated: Dec. 18, 2020, 4:34 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
70%
On 11/17/20 Naval Facilities Engineering Command issued Sources Sought N4008521R1225 for Dry Dock 2 Complex, Portsmouth Naval Shipyard, Kittery, ME due 12/28/20. The opportunity was issued full & open with NAICS 236220 and PSC Y1ED.
Primary Contact
Name
John Bishop   Profile
Phone
(757) 341-1979

Documents

Posted documents for Sources Sought N4008521R1225

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N4008521R1225

Award Notifications

Agency published notification of awards for Sources Sought N4008521R1225

Contract Awards

Prime contracts awarded through Sources Sought N4008521R1225

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N4008521R1225

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N4008521R1225

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC ATLANTIC CMD > NAVFAC MID-ATLANTIC > NAVAL FAC ENGINEERING CMD MID LANT
FPDS Organization Code
1700-N40085
Source Organization Code
100513874
Last Updated
Jan. 12, 2021
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 12, 2021