Search Contract Opportunities

Boiler #2 Overhaul -- Boiler Plant 7CC (Naval Station Newport, Rhode Island)   3

ID: N4008523B2508 • Type: Presolicitation

Description

Boiler #2 Overhaul Boiler Plant 7CC (Naval Station Newport, Rhode Island)

THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.

Naval Facilities Engineering Command (NAVFAC), Public Works Department (PWD) Newport, located in Newport, Rhode Island, announces a requirement for a Firm Fixed Price (FFP) contract for Boiler #2 Overhaul.

This solicitation is being advertised as a Total Small Business Set Aside.

The Northern American Industry Classification System (NAICS) code for this project is 238220.

The Invitation for Bid (IFB) will be issued on or about 3/29/2023. The procurement method is Sealed Bidding, FAR Part 14. The offeror is responsible to monitor and download any amendments for the solicitation from the Contract Opportunities (https://sam.gov) website.

A bid due date of approximately 5/1/2023 is anticipated for the subject project.

Project Description:

The project consists of the base bid and two (2) bid options.

Base Bid Work: Overhaul Boiler No. 2 at Building No.7, Coddington Cove (CC), the central thermal plant for Naval Station Newport. The boiler was originally constructed in 1959 and has remained in operation since then. The overhaul shall replace the failed and deficient tubular components of Boiler No. 2 and related equipment, specifically the removal and replacement of all boiler tubes, refractory, baffles, machining repair of waterwall and superheater header hand holes and drum manholes, and removal, reinstallation and repair of boiler skin as necessary for proper performance of work. This does not include major pressure parts, including steam drum and mud drum, or headers should more than resurfacing of sealing surfaces be required; further, other boiler work such as burner or burner control upgrades is specifically excluded, and this project does not include other balance-of- plant work. Hazardous materials in the excavation area shall be abated in accordance with the project documents.

Option 1 Under the base scope of work the front, upper and lower waterwall headers shall remain. As a bid option, provide a bid for replacement of all waterwall headers.

Option 2 - Asbestos abatement of waterwall header doors.
All work performed by the Contractor shall be in accordance with project specifications and all local, State, and Federal Codes.

Period of Performance: The anticipated period of performance for this contract is 720 calendar days. (Option 1: 90 additional calendar days; Option 2: No Additional Time. Options may be awarded up to 120 days after the base is awarded.)

Contract Magnitude: The magnitude of this construction project is between $1,000,000 and $5,000,000 IAW FAR 36.204.

General Information:

Please be advised of on-line registration requirements in the System for Awards Management (SAM) database www.sam.gov; Representation and Certifications are required to be updated annually as a minimum to keep information current, accurate and complete. The electronic annual representations and certifications are effective until one year from date of submission. Contractors will be searched against SAM to ensure they are eligible for federal contract awards. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice.

Submit in writing all questions regarding the pre-solicitation to the Point of Contact (POC): Cam Ormiston at Cameron.h.ormiston.civ@us.navy.mil

NOTE: Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

(End of Pre-Solicitation Notice)

Overview

Response Deadline
March 29, 2023, 4:00 p.m. EDT Past Due
Posted
March 14, 2023, 12:15 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Newport, RI 02841 USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 3/14/23 Naval Facilities Engineering Command issued Presolicitation N4008523B2508 for Boiler #2 Overhaul -- Boiler Plant 7CC (Naval Station Newport, Rhode Island) due 3/29/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238220 (SBA Size Standard $19 Million) and PSC J041.
Primary Contact
Name
Cam Ormiston   Profile
Phone
(401) 841-4442

Documents

Posted documents for Presolicitation N4008523B2508

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation N4008523B2508

Award Notifications

Agency published notification of awards for Presolicitation N4008523B2508

Contract Awards

Prime contracts awarded through Presolicitation N4008523B2508

Incumbent or Similar Awards

Contracts Similar to Presolicitation N4008523B2508

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N4008523B2508

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N4008523B2508

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
April 13, 2023
Last Updated By
cameron.ormiston@navy.mil
Archive Date
April 14, 2023