Similar Projects
Broadlands Water Storage Tank No. 1 Rehabilitation
Renovation, Infrastructure
Bidding
$350,000 CJ est. value
Ashburn, VA 20147

Lp-205 Replace Refrigeration Systems Naval Station Norfolk, Norfolk, Virginia
Renovation
Sub-Bidding
$250,000 CJ est. value
Norfolk, VA 23511

Plumbing Services
Term Contract
Sub-Bidding
Ashland, VA 23005

Private Water Well At Halifax, Va
Renovation, Infrastructure
Post-Bid
Halifax, VA 24558

Fort Lee Backflow Installation Testing and Services
Term Contract
Post-Bid
Fort Lee, VA

James River Visitor Center, VA, Plumbing & Well Protection
Results
$25,000 to $100,000 est. value
Monroe, VA 24574

Plumbing Services
Alteration
Results

Plumbing Maintenance and Repair Services at Norfolk Naval Shipyard, Portsmouth, Virginia AOR
Term Contract, Alteration
Post-Bid
Less than $800,000 est. value
Portsmouth, VA 23709

Chemical Pond Pumping- Gainesville
Term Contract, Alteration
Results
VA

Mechanical Contractor(s) and Related Services
Term Contract
Post-Bid
Winchester, VA

Plumbing Services
Term Contract
Results
VA

Plumbing Maintenance and Repair Services
Alteration
Post-Bid
$139,000 est. value
Richmond, VA

Plumbing
Alteration
Results
Manassas, VA

Plumbing Maintenance and Repair Services
Term Contract
Post-Bid
Richmond, VA

York River System Isolation Valve Installation and Replacement
Infrastructure
Results
$6,874,630 CJ est. value
Hampton, VA 23669

Last Updated 07/20/2023 03:31 AM
Project Title

Structural Repairs and Steel Mooring Dolphins Pier 35

Physical Address View project details and contacts
City, State (County) Virginia Beach, VA 23451   (Virginia Beach City County)
Category(s) Single Trades
Sub-Category(s) Plumbing
Contracting Method Bids by Invitation, Competitive Bids
Project Status Contract Award, Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $890,217 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jul 05, 2023 Contract Award Number: N4008518D1157 Task/Delivery Order Number: N4008523F5873 Contractor Awarded Unique Entity ID: F9M5KXFBC8N3 Contractor Awarded Name: Doyon Project Services LLC Contractor Awarded Address: Federal Way, WA 98001 USA Base and All Options Value (Total Contract Value): $890,217.74 All terms and conditions of N40085-18-D-1156/1157/1158/1159/1160 Indefinite Delivery / Indefinite Quantity Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issue, please contact Yolanda Davis at Yolanda.l.davis9.civ@.civ@us.navy.mil. Amendments will be posted directly to https://sam.gov/ under Contract Opportunities. Offerors are responsible for referring back to this site for any amendments to the RFP. The specifications, drawings, and other pertinent attachments are posted on https://sam.gov/ under "Attachments/Links." NAVFAC RFP No.: N40085-23-R-2642 Title: Structural Repairs and Steel Mooring Dolphins Pier 35 Location of the work: Joint Expeditionary Base Little Creek - Fort Story, Little Creek Site, Virginia Beach, VA The Government intends to award a firm-fixed price task order. Description of the work: Reference the specifications (Attachment A) and drawings (Attachment B). The Contractor shall provide supervision, labor, material, and equipment required to perform all work for the following project: Structural repairs to Pier 35 and the Steel Mooring Dolphins, Joint Expeditionary Base Little Creek - Fort Story (JEBLCFS), Little Creek site, Virginia Beach, VA 23459-8616. The exact location will be shown by the Contracting Officer. Time for completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984), all work and options shall be completed within 553 calendar days after award. Estimated Price Range: In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated price range is between $500,000 and $1,000,000. NAICS Code: 237990 - Other Heavy and Civil Engineering Construction Wage Determination: General Decision Number VA20230167 1/13/2023 (Attachment C) as of the date of this RFP. Should this wage determination be modified by DoL prior to award, the most current wage determination may be issued via amendment. Utilities: If Applicable; Refer to the Specifications (Attachment A) NOTE: Any Government utility costs will be charged to the Contractor at going rates. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers. Government Furnished Property: There is no Government Furnished Property. THE FOLLOWING PROVISIONS/CLAUSES ARE APPLICABLE TO THIS SOLICITATION: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.219-14 Limitations on Subcontracting (Jan 2017) 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 52.228-15 Performance and Payment Bonds-Construction (Jun 2020) 52.236-6 Superintendence by the Contractor (Apr 1984) 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems--Representation (DEVIATION 2020-O0015) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (a) Definitions. As used in this provision, "covered telecommunications equipment or services" and "reasonable inquiry " have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for "covered telecommunications equipment or services ". (c) (1) Representation. The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. (End of provision) DFARS 252.225-7059 Prohibition on Certain Procurements from The Xinjiang Uyghur Autonomous Region--Certification (DEC 2022) (a) Definitions. Forced labor, person, and XUAR, as used in this provision, have the meaning given in the 252.225- 7060, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region, clause of this solicitation. (b) Prohibition. DoD may not knowingly procure any products mined, produced, or manufactured wholly or in part by forced labor from XUAR or from an entity that has used labor from within or transferred from XUAR as part of any forced labor programs, as specified in paragraph (b) of the 252.225-7060, Prohibition on certain procurements from the Xinjiang Uyghur Autonomous Region, clause of this solicitation. (c) Certification. (1) The Offeror does [ ] does not [ ] certify that the Offeror has made a good faith effort to determine that forced labor from XUAR was not or will not be used in the performance of a contract resulting from this solicitation. (2) Offerors who do not certify having made a good faith effort will not be eligible for award. (End of provision) DFARS 252.225-7973 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-- Representation. (DEVIATION 2020-O0015) (a) Prohibition. Section 848 of the National Defense Authorization Act for Fiscal Year 2020 (Pub. L. 116-92) prohibits DoD from using or procuring-- (1) An unmanned aircraft system (UAS), or any related services or equipment, that-- (i) Is manufactured in the People's Republic of China or by an entity domiciled in thePeople's Republic of China; (ii) Uses flight controllers, radios, data transmission devices, cameras, or gimbals manufactured in the People's Republic of China or by an entity domiciled in the People's Republic ofChina; (iii) Uses a ground control system or operating software developed in the People's Republicof China or by an entity domiciled in the People's Republic of China; or (iv) Uses network connectivity or data storage located in, or administered by an entity domiciledin, the People's Republic of China; or (2) A system for the detection or identification of a UAS, or any related services or equipment, thatis manufactured-- (i) In the People's Republic of China; or (ii) By an entity domiciled in the People's Republic of China. (b) Representations. By submission of its offer, the Offeror represents that it will not provide or use-- (1) A UAS, as described in paragraph (a)(1) of this provision, in the performance of anycontract, subcontract, or other contractual instrument resulting from this solicitation; and (2) A system for the detection or identification of a UAS, as described in paragraph (a)(2) of this provision, in the performance of any contract, subcontract, or other contractualinstrument resulting from this solicitation. (End of provision) Bond Requirements: In accordance with FAR 52.228-1 Bid Guarantee, each offeror shall submit a copy of the bid bond with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the offer submitted, but in no case to exceed $3,000,000.00. Failure to submit a bid bond by the deadline will result in your proposal being removed from consideration. In accordance with FAR 28.102-1(a) the following payment protections are required from the awardee fifteen (15) days after date of award: Payment Bond and Performance Bond. Minimum Insurance Requirements. Offerors shall consider the costs of incorporating the required Minimum Insurance Requirements when submitting proposals. Offerors will be required to demonstrate proof of the following insurance requirements within fifteen (15) calendar days after issuance of Notice of Award. a. Comprehensive general liability: $500,000 per occurrence. b. Automobile liability: $200,000 per person, $500,000 per occurrence for bodily injury, $20,000 per occurrence for property damage. c. Workmen's compensation as required by Federal and State workers' compensation and occupational disease laws. d. Employer's liability coverage of $100,000, except in States where workers compensation may not be written by private carriers. e. Others as required by state law. FAR 52.236-27 Site Visit (Construction) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in anycontract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) Site Visit: The Site Visit is scheduled for March 2, 2023 at 1100 hours EST. Meet on-site at near pier 35 Little Creek-Fort Story, Virginia Beach, VA. Please follow the instructions below if you will need base access. **Start this process as early as possible as Escorts will not be available the day of the site visit. This will be the ONLY Government scheduled Site Visit. ***NOTE: Please inform Yolanda Davis at Yolanda.l.davis9.civ@.civ@us.navy.mil at your soonest if you will or will not be attending the site visit. All prospective offerors are urged to attend this site visit/conference. The pre-proposal conference/site visit will be held for the following purposes: familiarization with the extent and nature of project; explaining the concepts involved, the specifications, terms and conditions, and unique RFP features. The Government will not provide any verbal answers to any verbal questions posed during the pre-proposal conference/site visit. Offerors shall provide written questions for any issues that may arise during the conference (see Pre-Proposal Inquiries below). The Government will provide written responses to any such questions in an electronic RFP amendment. The Government will not provide any paper copies of any such amendment. No minutes of this meeting will be issued. Remarks and explanations addressed during the conference shall not qualify or alter any RFP terms or conditions. The terms and conditions of this RFP will remain unchanged unless amended in writing. However, if an amendment is issued, the procedures, described in this section, that govern acknowledgement and receipt requirements apply. CONTRACTOR ACCESS FOR THE SITE VISIT: 1. All Base Access requests must be submitted through the Little Creek Access email address at NAVFACML_PWDLittleCreek-Access@navy.mil. It is the responsibility of the Prime Contractor to submit requests. 2. The SECNAV 5512 form (Attachment D) and ODP excel spreadsheet (Attachment E) must be completely filled out and submitted to the email address above. NOTE: On the SECNAV 5512 the sponsor will be Yolanda Davis, email address is Yolanda.l.davis9.civ@us.navy.mil and phone is 757-462-4901. The activity is NAVFAC. a. The SECNAV 5512 form must be completely filled out. The following sections: 1, 2, 8, 14, 15, 25, 29, 30, and 31 if not complete, form will be rejected and returned for resubmission. Due to government system restraints, your scanned 5512 form should be 150 - 500 KB's to transmit encrypted to security successfully. Documents above 600 KB's is too large and transmitting several forms at once is nearly impossible. Please label your forms last name, first name (ONLY) when submitting. All forms must be a separate document per individual. b. The ODP excel spreadsheet should have all highlighted areas complete. The Installation is JEBLCFS, and the Sponsor Command is NAVFAC (ONLY). The company name is how you will be listed on the CNIC website. Please list your individuals in alphabetical order on your spreadsheet, and no more than 10 individuals per spreadsheet. Label your spreadsheet as ODP - Company Name (ONLY). 3. In the Email, please state the company name, Title of Project, Contract / Task Order, and the start / end dates for requested access. Please extend your end date out as far as possible (2 years is the maximum). Processing time is 15 - 21 business days. If someone is denied clearance, the procurement technician (PT), Ms. Britney Olson, will be notified and an email with the findings will be sent to you. For follow-up or questions, please contact the PT at britney.f.olson.civ@us.navy.mil. Please check the CNIC website for approval/ clearance before sending an inquiry email. NOTE: Website is updated by the Regional Office as individuals are cleared. https://www.cnic.navy.mil/regions/cnrma/om/contractor_verification_system.html 5. After the receiving clearance, direct individuals to the Pass and ID office with the proper identification (two forms of ID and a copy of the SECNAV 5512). For vehicles, please make sure you have your vehicle registration and proof of insurance. NOTE: Base Access requests will ONLY be submitted by FEAD on Tuesdays and Thursdays during the hours of 0800 - 1600. Contractors ARE NOT ALLOWED to use any cameras, tape recorders, or other recording devices during the site visit unless approved by appropriate NAVFAC personnel. Pre-Proposal Inquiries (PPIs): PPIs must be submitted in writing via Attachment F, PPI Form, to Yolanda Davis at yolanda.l.davis9.civ@us.navy.mil no later than March 9, 2023 at 1400 hours EST in order to process all inquiries by the proposal due date. Proposal Due Date: March 24, 2023 at 1400 hours EST Offers (Refer to "Evaluation Factors for Award" for complete offer instructions) shall be sent via email to yolanda.l.davis9.civ@us.navy.mil. NOTE: An acknowledgement of proposal receipt will be sent to you. In the event contractors do not receive an acknowledgement, this means that the proposal was not received and will not be accepted if submitted LATE. It is the contractor's responsibility to make sure their proposal was received. Send an email and follow-up with a phone call if you do not receive an acknowledgment that your proposal has been received. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 22 - Plumbing, Common Work Results for Plumbing.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents