Y--DRY DOCK 4 RENOVATION, NORFOLK NAVAL SHIPYARD (NNSY)PORTSMOUTH, VIRGINIA

expired opportunity(Expired)
From: Federal Government(Federal)
N4008519R9014

Basic Details

started - 28 Nov, 2018 (about 5 years ago)

Start Date

28 Nov, 2018 (about 5 years ago)
due - 11 Dec, 2018 (about 5 years ago)

Due Date

11 Dec, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
N4008519R9014

Identifier

N4008519R9014
Department of the Navy

Customer / Agency

DEPT OF DEFENSE (710271)DEPT OF THE NAVY (157171)NAVFAC (10933)NAVFAC ATLANTIC CMD (6605)NAVFAC MID-ATLANTIC (3673)NAVAL FAC ENGINEERING CMD MID LANT (3395)

Attachments (8)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 (NAVFAC), Mid-Atlantic is seeking eligible firms (both large and small businesses) capable of performing construction services for the following: Description of work: This project modernizes NNSY Dry Dock No. 4, constructed in 1919, which is used in support of Ohio Class SSBNs, Virginia Class SSNs, Ohio Replacement Class (ORP), Landing Helicopter Docks (LHD) amphibious assault ships, and the next generation submarine class. Dry Dock No. 4 is a soil supported unreinforced concrete structure. DD4 loses its operational certification in 2019 and will not be able to be recertified until these critical repairs are completed. This project will be phased over two years with a required project completion no later than the end of June 2022. Must obtain required permits for the installation of the
cofferdam. Phase 1: Cooling Tower, Cofferdam, Caisson and Phase 2: Caisson Seat, Pump Well, Site Utilities, Site Work, Dry Dock Utilities, Utility Trench, Soil Anchors, Dry Dock Walls and Floor. The project design must be ready for a July 2019 construction start. Dry Dock No. 4 is scheduled be out of service starting August 2019 to June 2022 without impact to the Navys submarine docking schedule. The work content for Phase 1: The existing caisson will be replaced with a new modern flood through configuration caisson constructed to meet current Military Standard, Safety Certification Program for Drydocking Facilities and Shipbuilding Ways for U.S. Navy Ships and Unified Facilities Criteria for Graving Docks. The top of the new caisson will be at the required elevation needed to provide flood protection. The existing caisson will be demolished and the steel will be recycled. Specialized construction of a cofferdam, located outside of the dry dock approach walls, will allow for dewatering of the dry dock to enable the reconstruction of the caisson seats and entrance walls. A section of Berth 20 located on the south side of the dry dock entrance wall will be demolished to accommodate the construction of the cofferdam. The saltwater intake tunnel located on the north side of the dry dock entrance wall will be filled in with flowable fill. This intake provides cooling water that is used by the air dryers that support the air compressors located in Building 174. A cooling tower must be installed before the intake tunnel can be taken out of service. Work content for Phase 2: Required dry dock repairs and modifications are: - Anchoring the dry dock floor to prevent uplift of the dry dock during Construction - Selective demolition of existing concrete on floors and walls - Reconstruct dry dock walls, including a utility trench with integral flood wall to withstand design flood event - Resurfacing of concrete dry dock floor. Includes redesigned oily waste, waste oil (OWWO) collection system. - Replacement of utility systems that service the dry dock (water/CHT/electric/steam/saltwater/submarine firefighting/compressed air/telecom) - Renovation of pumpwell (electrical/telecom/mechanical/architectural/structural) includes new main dewatering pumps, drainage pumps, and sump pumps. - Installation of life safety systems (fire/emergency reporting and pull stations) around dry dock and in pumpwell. - Reconstruction of the caisson seats. - Filling obsolete filling tunnels with self-consolidating concrete. - Replace all capstan foundations around Dry Dock No. 4 to support modern movable type capstans. - Removal and replacement of all delaminated concrete from the interior dry dock walls and floor as required to repair and minimize water infiltration due to concrete structural delamination deficiencies. The dry dock floor redesign will include a surface trench drain system to capture stormwater runoff and collect oily waste/waste oil when vessels are in dock. Threaded inserts will be provided to anchor refueling support towers and stairwells. All new concrete work will be reinforced with galvanized reinforcing bar. Around the dry dock coping a utility trench will be constructed to include an integral concrete flood wall formed as an extension of the interior dry dock walls. The top of wall will be constructed at EL +106 to provide one foot of freeboard above the 500 year still water flood elevation of 105. The wall also provides the fall protection required around the coping perimeter edge of dry dock. Mooring cleats will be installed and spaced properly on top of the wall. - Dry dock utilities will be removed from the altars and reconstructed in the new protective utility trench. The trench will improve accessibility for utility servicing and reduce maintenance costs. The trench will be covered with a grating designed to be used as a line handling walkway during ship docking. The utility systems required for all ship service connections in the dock will be modernized to meet current standards and incorporated into the utility trench design. The existing Dry Dock No. 4 Refueling Service Rack mounted on the south side of the dry dock above the dry dock tunnel will be reconstructed. - Flooding sluice gate Nos. 1, 2, 3 and main dewatering sluice gate No. 6 will be demolished. Sluice gate Nos. 4, 7, and 8 will be reconstructed. The north side cooling water tunnel to Building No. 171 will be abandoned. The electrical cross tunnel under Dry Dock No. 4 that connect the inside lower sump pit area of Pump Well No. 4 to the north side of the dock will be abandoned. All abandoned flumes and tunnels will be filled with flowable fill or self-consolidating concrete, as required. - All firefighting requirements for both salt and potable water will be provided. Hydraulic modeling will be used to verify that all dry dock salt and potable water flow requirements are being met. The fresh water temporary submarine firefighting system requires 226 gpm at a pressure of 60 psi at the end of the hose system. In addition, the system shall support 650 gpm at 150 psi from the existing fire hydrants via the fire and emergency service equipment meeting the requirement established by NAVSEA, Technical Publication S0570-AC-CCM-010/8010, Industrial Ship Safety Manual for Fire Prevention and Response, dated 17 July 2018. - The saltwater firefighting system requires that the ship hull, whether submarine or surface vessel, shall be reachable by two separate fire hose stations rigged with 100 feet of hose. The flows required to be served for firefighting from the saltwater system include a 2,500 gpm firefighting requirements for surface ships (LHA class). All required fire protection pipes and fittings will be installed and properly located at the top of the dock as well as down at the floor of the dock. - An auxiliary salt water discharge headed system will be constructed to allow direct discharge from ships in dock into the river. A sump pit, connected to the trench drain system in the dry dock floor, will be constructed to allow collection of OWWO. OWWO will be pumped from the sump to a new OWWO header system along the south side of the dry dock. The permanent header system will terminate near the east end of the dry dock. A hose connection will be used to convey OWWO from the header to barges berthed at Berth 20. - The pumpwell roof will be reconstructed atop a concrete stemwall above the design flood elevation. Pumpwell HVAC equipment, rooftop exhaust fans, and removable equipment access hatches a will be located on the pumpwell roof. Pumpwell entry stairways will be include flood gate hatches to the extend to the design flood elevation. A conditioned space will be constructed in the pumpwell to house the pump control console. The main dewatering pumps, drainage pumps, sump pumps, water level indicators, piping, valves, and associated controls will be replaced. Dewatering sluice gates, mounts and thimble plates will be replaced. Other pumpwell repairs and modifications include: repair and sealing of concrete; replacement of ladders, stairs, deck plates, catwalks, and platforms; replacement of toilet/lavatory facilities; and replacement of pumpwell electrical systems. Install a remote monitoring and computer access control system for critical pumpwell equipment. Remote shutoff of the drainage pumps from the UOC will be provided in the event of a spill or contamination within the pumpwell and/or dry dock. Control systems include cybersecurity commissioning in accordance with current Department of Defense criteria. Relocation 4,160-volt substation and the 11.5kV transfer switch to outside of the pumpwell including a new (ABT) Automatic Bus Transfer Switch. Replace existing dry dock lighting system with long life features, sized and position for optimum lamination and visibility around Dry Dock No. 4. The lighting system will be operated by both photocells and switches. Replace the existing dry dock and pumpwell PA system. New 480-volt feeders will be provided from the existing dry dock substations to new dry dock low voltage connection boxes located on the coping level utility trench. These conduits would allow the shipyard to discontinue using portable power transforms to supply industrial and shore power to submarines while in the dock. All large businesses, service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), small disadvantaged businesses, women-owned small businesses (WOSB), economically disadvantaged women-owned small businesses (EWOSB), 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 Governmentâ€TMs best interest. If the resulting solicitation is set aside for small businesses firms, it 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.â€� This office anticipates award of a contract for these services in September 2019. 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 $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $100,000,000 and $250,000,000. Firms must be able to demonstrate bonding capacity for a single project of $100,000,000. Please clearly identify the following information in Block 3, of the Contractor Information Form and provide a letter from the surety. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of both potential large and small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages total) demonstrating the ability to perform the requested services. All responses shall include the following: Completed SOURCES SOUGHT – CONTRACTOR INFORMATION FORM (form attached) that provides information on your company including type of business and bonding. Note: If you are submitting as an 8(a) Mentor Protégé, please indicate the percentage of work to be performed by the Protégé. 2. Completed SOURCES SOUGHT – PROJECT INFORMATION FORM (form attached) for each of the submitted relevant projects (a maximum of five projects). Ensure that the form is completed in its entirety for each project and limited to two page per project. Ensure that the description of the project clearly identifies whether the project is new construction or renovation, the square footage and final construction cost, and addresses how the project meets the scope/complexity requirements. Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects for your firm completed in the past ten (10) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to this project. The attached construction experience project data form shall be utilized to demonstrate experience with the following elements: *Heavy concrete construction with both cast in place and pre-cast concrete construction, with experience in marine concrete construction and/or graving docks. *Heavy industrial utility distribution systems including civil, mechanical, electrical systems, and shore to shore dock connections. * Large Cofferdam/Bulkhead construction and dewatering. * Caisson construction or fabrication of naval architecture. * Installation of industrial pumps and pumping systems. The Capabilities Statement Package shall not exceed 15 pages and shall ONLY be submitted electronically to Stephen Astwood, stephen.astwood1@navy.mil and MUST be limited to a 4Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email. RESPONSES ARE DUE NO LATER THAN TUESDAY, 11 DECEMBER 2018 AT 2:00 PM EASTERN TIME. LATE RESPONSES WILL NOT BE ACCEPTED

N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VALocation

Place Of Performance : N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA

Country : United StatesState : Virginia

Classification

237 -- Heavy and Civil Engineering Construction/237990 -- Other Heavy and Civil Engineering Construction
naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS