Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 16, 2019 FBO #6263
SOLICITATION NOTICE

Y -- P404 Design-Bid-Build, Range Improvements and Modernization, Phase 2, Marine Corps, Recruit Depot, Parris Island, South Carolina

Notice Date
1/14/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
ZIP Code
23511
 
Solicitation Number
N4008519R9017
 
Response Due
1/29/2019
 
Archive Date
8/29/2019
 
Point of Contact
Demetrice.jenkins@navy.mil
 
Small Business Set-Aside
N/A
 
Description
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 P404 Range Improvements and Modernization Phase 2 in Parris Island, South Carolina. PROJECT DESCRIPTION: The project constructs a new rifle range in the same location as the existing Hue City Range. This range will meet applicable Marine Corps requirements for Known Distance (KD) ranges. Range support buildings to be constructed include: target storage, Butts control house and toilet facilities. All facilities will be concrete or reinforced concrete masonry unit structures with stucco exterior and concrete slab on grade. Target area Berm, retaining walls, Safety side walls, a safety tunnel, and 600 - yard range berm will be constructed. Side walls with acoustic insulation will also be included. Earth berm structures include a behind the target bullet impact berm with side and rear retaining walls as appropriate with flat lead mining equipment maintenance surfaces. Built-in equipment will include a Butt System benches, Butt System Target numbers, Relocated Butt system target lifters, Flag poles, and firing line benches. Special Costs include Post Construction Award Services (PCAS) and geospatial mapping and survey. Pavement facilities include asphalt range roads, asphalt maintenance roads, butt area asphalt work/vehicle apron and asphalt range control tower road. Also, the KD range will have multiple rubberized firing lines up to 549 meters (600 yards) from a butt-type targeting system. The rubberized surface will be supported by an asphalt surface and aggregate base. Site preparation includes site clearing, grubbing, excavation and preparation for construction, demolition of existing concrete structures, existing paving and utilities. Site earthwork and Berm stabilization are also included. This solicitation is being advertised as Unrestricted for full and open competition. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value lowest price technically acceptable source selection continuum at FAR 15.101-2. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. 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 $36,500,000. A Sources Sought Notice was published to NECO on 14 November 2018, with a response date of 28 November 2018, to determine the capability of small businesses to perform the requirement. This notice yielded one (1) response. 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 17 December 2018. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 27 February 2019. All documents will be in Adobe 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. 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://www.sam.gov. Questions regarding this notice should be directed to Demetrice Jenkins at demetrice.jenkins@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/10547c8891c4f1456c284ee44c854c5d)
 
Record
SN05193808-F 20190116/190114230010 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.