SOLICITATION NOTICE
Y -- P163 MARINE AIR SUPPORT SQUADRON COMPLEX, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA
- Notice Date
- 9/28/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008512R7713
- Archive Date
- 10/31/2013
- Point of Contact
- Keith Logan keith.o.logan@navy.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Title: P163 MARINE AIR SUPPORT SQUADRON COMPLEX, MARINE CORPS AIR STATION, CHERRY POINT, NORTH CAROLINA Solicitation Number: N40085-12-R-7713 Type: Design Build Notice Type: Pre-solicitation Notice NAICS: 236220, Size Standard of $33,500,000 Set Aside: Total Small Business Set-Aside THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Build construction services for the Marine Air Support Squadron Complex at Marine Corps Air Station Cherry Point, North Carolina. The estimated budget for this project, P163, is $30,535,658. This is a Total Small Business Set-Aside. The appropriate NAICS Code is 236220. This will be a Two-Phase Design-Build (DB), Best Value Source Selection (BVSS) solicitation. When the actual solicitation is issued, plans and specifications will be available from either www.fbo.gov or https://www.neco.navy.mil websites during Phase II. P163 is for the design and construction of a multi-story steel frame headquarters (HQ) building on pile foundation and four single-story steel frame structures on pile foundation with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floors, noise attenuation and standing seam metal roof. Electrical systems include power, lighting, and fire alarm. Mechanical systems include plumbing, fire protection, heating, ventilation, and air conditioning (HVAC). Information systems include basic telephone, data, computer network, fiber optic, cable television, and mass notification. This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with AT regulations, physical security, and progressive collapse mitigation in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes one passenger/freight elevator, fire pump with generator backup, security vault, backup generator for HQ building, Protective Distribution System, vehicle lifts, and other vehicle maintenance/electrical/communications support equipment. Special costs include Post Construction Contract Award Services (PCAS). Also included are geospatial mapping, sound attenuation, and temporary storage space. Operations and Maintenance Support Information (OMSI) is included in this project. Sustainable design principles will be included in the design and construction of the project in accordance with Executive Order 13123 and other laws and Executive Orders. Facilities will meet LEED ratings and comply with Energy Policy Act of 2005. Low Impact Development will be included in the design and construction of this project. Site preparation includes site clearing, excavation, and preparation for construction. Special foundation features include pile foundations. Paving and site improvements include grading, parking for approximately 180 vehicles, roadways, curbs, sidewalks, landscaping, fencing, signs and storm-water drainage. Also included are elevated wash rack with oil/water separator, parking for heavy vehicles, intersection improvements, and utility relocation. Electrical utilities include primary and secondary distribution systems, lighting, transformers, and telecommunications infrastructure. Mechanical utilities include heating, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, sanitary sewer lines, fire protection systems and supply lines. Environmental mitigation includes wetlands restoration. This project will include the demolition of the following buildings: #1779 (676.33 m2), #1780 (2,351.56 m2), #1781 (556.68 m2), #1782 (549.61 m2), #1783 (531.41 m2), #1784 (78.04m2), #3430 (46.82 m2), #3982 (95.41 m2), #4481 (172.24 m2), for a total square footage to be demolished of 5,058.7 m2. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. The approximate Solicitation Release Date is anticipated to be no later than late October 2012, and will be posted on the NECO and FedBizOps websites. This solicitation, including all specifications, will only be available in downloadable electronic format. Documents will be in the Adobe Acrobat PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil or www.fbo.gov. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. All prospective offerors must be registered in the Central Contractor Registration (CCR) database and the Online Representations ad Certifications Application (ORCA) database located in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/). Contractors will be searched against the Excluded Parties List (EPLS) to ensure they are eligible for Federal contract awards. 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. Please forward technical inquiries to Mr. Keith Logan via EMAIL at keith.o.logan@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008512R7713/listing.html)
- Record
- SN02903631-W 20120930/120929000500-115cab7ae6290ca474c48ed4ef24910a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |