SOLICITATION NOTICE
Y -- FY16 MCON PROJECT P-116 P-8A DETACHMENT SUPPORT FACILITIES AT THE MARINE CORPS BASE HAWAII, KANEOHE, HAWAII
- Notice Date
- 12/24/2015
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N6274216R1307
- Response Due
- 2/9/2016
- Archive Date
- 9/30/2016
- Point of Contact
- Adele Murakami 8084711886
- E-Mail Address
-
Adele Murakami
(adele.murakami@navy.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The proposed solicitation will be issued following the two-phase design-build selection procedures in accordance with FAR 36.3 and the tradeoff source selection procedures of FAR Part 15.101 and 15.3. The Government will evaluate phase-one proposals and select the most highly qualified offerors (not-to-exceed five) to submit phase-two proposals. Only the selected firms will be issued the phase-two design-build RFP and given an opportunity to submit phase-two proposals. This project will have a design-build portion and a design-bid-build portion of work. The design-build portion of the work consists of the following: 1. Renovation of Building 6470 on the second floor for the P-8A Detachment Crew and Training Spaces. The work includes interior doors and frames, floor finishes, acoustical ceilings, metal studs and drywall, interior painting, electrical power and distribution, lighting, telecommunications, grounding, fire protection water distribution, plumbing, sanitary sewer, HVAC, fire alarm/detection/mass notification systems and incidental related work. This project will procure furniture, fixtures and equipment. 2. Renovation of Hangar 104 on the first floor to provide P-8A support equipment (SE) spaces to include office and shop spaces for SE personnel and a secured chain-link partition space in the high-bay area for P-8A detachment SE storage. SE personnel offices and shops are to be provided by renovating the existing first floor spaces. The work includes interior doors and frames, overhead rollup doors, floor finishes, acoustical ceilings, metal studs and drywall, interior cmu walls, interior painting, electrical power and distribution, lighting, telecommunications, grounding, fire protection water distribution, plumbing, sanitary sewer, compressed air system, HVAC, fire alarm/detection/mass notification systems and incidental related work. This project will procure furniture, fixtures and equipment. 3. Construct a Rinse Facility Utility Building which includes all appurtenances such as plumbing within the concrete rinse pad, oil/water separators, backflow preventers and water meters. The work includes concrete foundations, concrete exterior walls, concrete roof structure, roofing membrane system, doors and frames, overhead rollup doors, storm louvers, floor finishes, metal studs and drywall, exterior and interior painting, primary and secondary electrical power, lighting, telecommunications, grounding, pad mounted transformers, plumbing, sanitary sewer, HVAC, and incidental related work. Site improvements include site clearing, excavation, earthwork, grading, drainage and site utilities (water, sanitary sewer, power, etc). Built-in equipment includes a pre-engineered aircraft rinse system. 4. Air blast deflectors for the P-8A parking apron spaces. The design-bid-build portion of the work consists of the following: 1.Enlarge and realign the existing aircraft rinse facility (Facility #6107) to accommodate the larger P-8A Poseidon aircraft to include Portland cement concrete pavement, asphalt concrete pavement (to include subgrade preparation, all portions of the paving structural section), airfield lighting, associated site improvements, and NAVAIDS (navigation aids). 2.P-8A parking apron to include Portland cement concrete pavement, asphalt concrete pavement (to include subgrade preparation, all portions of the paving structural section), airfield lighting and associated site improvements. Estimated range is from $10,000,000 to $25,000,000. The North American Industry Classification System (NAICS) Code is 237310 and Average Annual Receipts Is $36.5 Million Over the Past Three Years. THIS PROCUREMENT IS 100% SET-ASIDE FOR SMALL BUSINESS CONCERNS. All technical factors, when combined, are considered of equal importance to Past Performance. All non-price evaluation factors, when combined, are considered approximately equal to price. Phase-One Factors are: Factor 1: Technical Approach; Factor 2: Experience; Factor 3: Past Performance. Phase-Two Factor is: Factor 4: Safety and Price. Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. The contract completion period is anticipated to be 540 calendar days which includes installation of the furniture, fixtures and equipment. The phase-one Request for Proposal (RFP) will be available on or about 8 January 2016. The RFP will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. A pre-proposal site visit will be held after issuance of phase-two. Printed copies or CDs of the RFP will not be issued. Amendments will normally be posted to the NECO web site. It is the responsibility of the offeror to check the NECO website periodically for any amendments to the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274216R1307/listing.html)
- Record
- SN03978002-W 20151226/151224233258-def48e5e98190dedcede839c2a490acf (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 |