Virginia Bids > Bid Detail

Newport News Parking Solutions for US Navy

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
Opps ID: NBD00159849299574070
Posted Date: Nov 29, 2022
Due Date: Jan 27, 2023
Solicitation No: N002423R2130
Source: https://sam.gov/opp/5e787fb054...
Follow
Newport News Parking Solutions for US Navy
Active
Contract Opportunity
Notice ID
N002423R2130
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSEA
Sub Command
NAVSEA HQ
Office
NAVSEA HQ
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 29, 2022 07:46 am EST
  • Original Published Date: Nov 28, 2022 04:22 pm EST
  • Updated Response Date: Jan 27, 2023 04:00 pm EST
  • Original Response Date: Jan 27, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1905 - COMBAT SHIPS AND LANDING VESSELS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Newport News , VA 23607
    USA
Description View Changes

This is a Request for Information (RFI) issued by the Department of the Navy, Naval Sea Systems Command (NAVSEA), on behalf of the Program Executive Office Aircraft Carriers (PEO Carriers). The Government is conducting market research seeking industry inputs on interest and feasibility to meet the Navy’s requirement for parking located at or near Huntington Ingalls Industries-Newport News Shipbuilding (HII-NNS) in Newport News, Virginia.





This RFI is intended for planning purposes only and is issued solely for conducting market research in accordance with FAR Part 10. This does NOT constitute a Request for Proposal. The Government is NOT seeking or accepting unsolicited proposals. This notice shall not be construed as a contract, a promise to contract, or a commitment of any kind by the Government. If a solicitation is issued in the future, it will be announced via the Government Point of Entry (GPE) website, SAM.gov and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice.



Any small businesses that believe they can accomplish this entire requirement should indicate their small business status (see FAR Part 19) in their capability statement. If a solicitation is released, it will be synopsized on SAM.gov. It is the responsibility of interested parties to monitor SAM.gov for additional information pertaining to this requirement.





1. Overview





Interested firms are encouraged to submit a capability statement. The information obtained will help the Navy assess risks, refine schedules, define impacts, and inform the future acquisition approach for parking solutions at or near the HII-NNS shipyard in Newport News, Virginia.





Proposed solutions must support up to 4,500 parking spaces.





2. Submission of Responses





Capability statements shall be submitted via email to, Contract Specialist, Kirby Tucker, kirby.e.tucker.civ@us.navy.mil, with a copy to the Contracting Officer, Eliott Lee, eliott.m.lee.civ@us.navy.mil, no later than 4:00pm Eastern time on 27 January 2023.





3. Content





Companies responding to this RFI shall provide a capability statement not to exceed ten (10) pages.





Cover Sheet, Company Profile, Table of Contents, and List of Abbreviations and Acronyms are exempt from the page limit. A detailed proposal is not requested. Responses should indicate sufficient detail for assessment of potential Navy interest; submissions should be organized as follows:




  • Cover Sheet – RFI number and name, address, company, point of contact, with printed name, title, email address, telephone number, and date

  • Company Profile – Include the following information:




  • Company Name

  • Company Address

  • Commercial and Government Entity (CAGE) Code

  • Point of Contact

  • E-mail Address

  • Website address

  • Telephone Number

  • Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.)

  • Please advise if you would like to be publicly disclosed as an interested party through this SAM.gov notice in an effort to foster industry teaming possibilities.




  • Table of Contents – with list of figures and tables with page numbers

  • General Capability Statement

  • List of Abbreviations and Acronyms





For additional guidance, the following information is provided:





The Navy requests responses to the following:





I. Describe your capabilities and experience with commercial construction.





II. Describe how you would approach planning, design and build of the parking structures. Responses should include considerations for location, infrastructure and environmental impacts.






  • Examples of solutions may include existing parking infrastructure (modified or expanded upon); renting/leasing land (with a 50/75/100-year lease) and constructing a parking structure(s); teaming arrangements with local transportation partners in conjunction with existing parking structures; purchasing land and developing a parking structure with a 50/75/100 year lease); etc.





III. A notional schedule for the planning, design and build of the parking structures.





IV. A rough order of magnitude (ROM) estimate for the per space cost.





4. Submission Formatting





NAVSEA will accept ONLY electronic unclassified submission of responses.





Respondents to this RFI must adhere to the following details:





Submissions shall be electronic, single spaced, typed in Times New Roman font with type no smaller than 12-point font. Electronic paper size should be 8 1/2 x 11 inches with a minimum of 1 inch margins around the page. Any text contained within tables, graphs, etc. should be 8-point Times New Roman font or larger.





Included files should be created/prepared using Microsoft Office 2016 compatible applications. Graphics, photographs, and other data that may not be compatible with Microsoft Office 2016 should be submitted in Adobe Acrobat format.





Submitted electronic files should be limited to the following extensions:





.docx Microsoft Word



.xlsx Microsoft Excel



.pptx Microsoft PowerPoint



.pdf Adobe Acrobat





Submitted electronic files should not be compressed.





Product line brochures, catalog excerpts, etc. may be submitted and referenced within the general capability statement and are exempt from the page limit.





To aid the Government in its review, please segregate proprietary information by properly marking and clearly identifying any proprietary information or trade secrets contained within the response. The Government will not be liable, or suffer any consequential damages, for any proprietary information not properly marked and clearly identified. Proprietary information received in response to this RFI will be safeguarded and handled in accordance with applicable Government regulations.





Please be advised that all submissions in response to this RFI become Government Property and will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. Specific responses to the approaches will not disqualify or have an impact on participation and evaluation on future solicitations.





Government response to submissions may be provided via follow-up electronic posts to SAM.gov under this or similar posting. It is the potential Offeror’s responsibility to monitor this site for additional information pertaining to this requirement. The Government is not obligated to respond to any questions.





The responding parties are solely responsible for any costs associated with their response. The Government will not reimburse any company or any individual for any expenses associated with preparation, submission, or participation in response to this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • 1333 ISAAC HULL AVE SE
  • WASHINGTON NAVY YARD , DC 20376-5000
  • 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 >