United States - Package 1 Hurricane Florence Recovery Facilities at Marine Corps AIR STATION (MCAS) Cherry point, North Carolina

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 November 2019
Opportunity publication date
10 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 19, 2019 11:14 am

This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to make notice of a proposed contract action for Hurricane Florence Recovery MILCON Package 1 at Marine Corps Air Station (MCAS) Cherry Point, North Carolina (NC). Package 1 consists of Provost Marshall Office (PMO)/Headquarters & Headquarters Squadron (H&HS) & Marine Wing Headquarters Squadron (MWHS)-2 Headquarters Replacement (P162F), Motor Transportation/Communication Shop Replacement (P130F), Fire Stations Replacement (P142F), Bombing Target (BT)-11 Range Operations Center Replacement (P246F), and Station Academic Facility/Auditorium Replacement (P254F).
PROJECT DESCRIPTION: This solicitation will result in a firm-fixed price (FFP) contract for design-build (DB) construction services. This Package include the following MILCON Projects:
P162 - PMO/H&HS & MWHS-2 Headquarters
Constructs a 23,000 square foot two-story security building and a 15,000 square foot two-story Headquarters & Headquarters Squadron (H&HS) and Marine Wing Headquarters Squadron (MWHS-2) facility. The buildings will be concrete masonry unit with brick veneer exterior and standing seam metal roof. The new security facility will be comprised of the following areas: a Command Staff (HQ); Operations Division; Accident Investigation Section (AIS); Special Reaction Team (SRT); Naval Criminal Investigation Service (NCIS); PMO Supply; traffic court; Services/Administrative Division; weapons storage; emergency dispatch center; motor transport; animal control; training; physical security; detention cells; exercise/fitness room; galley/breakroom; and male and female lockers/shower area and bunk rooms. The Operations Division area will include executive office spaces, space for finger print lab, interrogation rooms, observation rooms, ready storage locker, evidence room to include a vault, male and female locker/shower area, meeting/conference room, and armory ready store room. The NCIS area will include executive office spaces, space for finger print lab, interrogation rooms, observation rooms, ready storage locker, evidence room to include a vault, SIPR Room, male and female locker/shower area, graphic work station, and armory ready store room. The H&HS and MWHS-2 Headquarters facility will consist of administration space for both squadron's personnel and for the Safety & Standardization Department. Site improvements include demolition, paved roads, parking, and fencing.
P130 - Motor Transportation/Communication Shop
Constructs a 36,000 square foot vehicle maintenance shop. Construction will consist of single story reinforced concrete masonry unit building with pile foundation, reinforced concrete slab, structural steel frame, steel trusses, and standing seam metal roof. The new facility will include a vehicle maintenance shop, tool rooms, communication maintenance shop, storage areas, a classroom, exterior elevated vehicle wash rack with associated oil/water separator, enclosed battery storage, and administrative offices. Site improvements include roads, parking, utilities, and fencing.
P142 - Fire Stations Replacement
Constructs a 32,000 square foot main fire station with five bays and a 12,000 square foot satellite fire station with two bays. Construction will include a fire hose drying rack, storage room, dayroom, training area, dining room, kitchen, exercise room, medical supply storage area, boat storage, administrative space, dispatch center, workroom, laundry, fire extinguisher maintenance room, self-contained breathing apparatus (SCBA) room, toilets and shower rooms for male and females, and individual sleeping quarters with personnel lockers. Built-in equipment includes a compressed air system for vehicle maintenance, fireman gear lockers, overhead vehicle doors, equipment racks, raised flooring, fire pump, vehicle bay radiant heating, grease trap, overhead hose reels, gear washer/dryer/extractor, cascade system for SCBA room testing, public address system, built-in work benches, vehicle exhaust system and emergency generator. Site improvements include utilities, parking, roadway and intersection improvements.
P246 - BT-11 Range operations Center Replacement
Constructs a 15,000 square foot Range Operations Center to support range management activities at BT-11. This facility will house the range operations and support center, Weapons Impact Scoring System, electronics maintenance shop, public works maintenance shop, general purpose warehouse and appropriate support spaces. Construction will consist of concrete masonry unit, steel frame with metal panels on concrete foundation and a single ply roof. Site improvements include utilities and roadway. The site is only accessible by boat.
P254 - Station Academic Facility/Auditorium
Constructs a 21,000 square foot general purpose auditorium to provide an assembly area for instruction, training, and movies. The new facility will include adequate space for instruction/training, entrance and support spaces. Construction will consist of steel framing with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors and standing seam metal roof. Built-in equipment includes a stage, overhead doors, projector, screen, sound system, noise attenuation, seats and retail kitchenette. Site improvements includes demolition, utilities, and a parking lot.

The anticipated completion time for this contract is 1,826 calendar days after award.
This solicitation is being advertised as "Unrestricted" for full and open competition. This is a two phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, tradeoff. The solicitation evaluation factors for the award will state that all technical factors, when combined, are of equal importance to past performance; and all evaluation factors other than price, when combined, are significantly more important than price.
It is anticipated that Phase 1 will include the following non-price evaluation factors: Technical Approach, Corporate Experience, and Past Performance. It is anticipated that Phase 2 will include the following non-price evaluation factors: Safety, Technical Solution, Project Management/Schedule, and Small Business Utilization. Phase 2 will include the Price evaluation factor.
Large business concerns are required to submit a subcontracting plan prior to award of the contract.
The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 - Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000. In accordance with DFARS 236.204, the magnitude of construction for this requirement is between $100,000,000 and $250,000,000. This office anticipates award of a contract for these services by 20 July 2020.
Market Research was conducted in accordance with FAR 10.002(b) and included an Industry Day held in Charlotte, North Carolina on 20 August 2019. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation. NAVFAC Mid-Atlantic's Office of Small Business Programs concurred with this decision on 04 September 2019.
The drawings and specifications for this project will be posted with the Phase 2 solicitation amendment and are not available at this time. The Request for Proposal (RFP) will be issued on or about 7 October 2019. Documents will be in Adobe PDF file format and downloadable from the FBO (www.fbo.gov) website. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.
IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://beta.sam.gov.
Questions regarding this notice should be directed to Holly Snow at holly.snow@navy.mil
Â

Opportunity closing date
08 November 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVFAC Mid-Atlantic, FEAD Norfolk United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?