SOLICITATION NOTICE
Y -- P-903 EDI: JOINT MOBILITY PROCESSING CENTER, Souda Bay, Greece
- Notice Date
- 3/29/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 23508
- Solicitation Number
- N6247019R5010
- Archive Date
- 10/31/2019
- Point of Contact
- Alex Cloud or Vivienne Moore (757) 322-8233 thomas.cloud@navy.mil or vivienne.moore@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS NEITHER A REQUEST FOR QUOTE OR PROPOSAL NOR AN INVITATION FOR BID. THE INTENT OF THIS PRE-SOLICITATION SYNOPSIS IS TO INFORM POTENTIAL OFFERORS OF THIS REQUIREMENT. SOLICITATION DOCUMENTS WILL NOT BE AVAILABLE FOR DOWNLOADING UNTIL APPROXIMATELY April 15, 2019. THE PROPOSED SOLICITATION NUMBER WILL BE N62470-19-R-5010. Naval Facilities Engineering Command Atlantic (NAVFAC LANT) intends to issue a request for proposal for a Design Bid Build, Firm Fixed Price contract for construction of P-903 EDI: JOINT MOBILITY PROCESSING CENTER, Souda Bay, Greece. This will be a full and open competitive procurement. This project will construct a Joint Mobility Processing Center (JMPC) P-903 at Naval Support Activity Souda Bay. The approximately 8,970.26 square meter (96,555 square feet) building will consolidate the installations core Air Operations and Air Transportation functions to support an increase in throughput traffic. The new building consists of an air operations complex with a new air passenger terminal, air operations spaces and air cargo terminal. The building will be a two story, steel frame structure with concrete shear walls and shallow concrete foundations. The air passenger terminal shall be able to process at least 30,000 passengers per year and support one wide-body passenger aircraft (approximately 300 passengers and baggage/gear) and four wide-body cargo aircraft at a time. In addition to passenger related functions, air operations use the terminal for various command and control functions. The P-903 JMPC will be located between existing buildings 4 and 34, and that location will require the need to demolish buildings 5, 6, canopy 34, and dock leveler adjacent to canopy 34, at the start of construction. Building 22 will be demolished after the construction completion and beneficial occupancy of the new JMPC. This project site is located on Naval Support Activity Souda Bay, Greece. The period of performance for this project will be approximately 912 days after award. Also, this project is anticipated to be awarded as a firm-fixed-price contract. Additionally, the Government reserves the right to enter into negotiations or limit the competitive range. Moreover, the Statutory Cost Limitation for P-903 is $37,607,389.00. The Request for Proposals (RFP) will be available for viewing and downloading on or about April 15, 2019. The proposal due date will be on or about, May 17, 2019 at 2:00 p.m. EDT North America. The solicitation will be formatted as an RFP in accordance with the requirements designated by FAR 15.203 for a negotiated procurement. This method permits evaluation of proposals based on price competition, technical merits, and other factors; permits impartial and comprehensive evaluation of offerors proposals; permits discussions if necessary; and ensures selection of the source whose performance provides the best value to the Government. The technical evaluation factors are anticipated to be as follows: Safety, Corporate Experience, and Past Performance. *A site visit to NSA Souda Bay, Crete, Greece will be available for this procurement. Due to the geographic location of this site, it is recommended that interested firms make prearrangements for travel, base access, and any other necessary requirements for overseas travel. The Government intends to issue the RFP Solicitation through the Internet at www.neco.navy.mil and www.fbo.gov under solicitation number N62470-19-R-5010. All prospective offerors MUST register themselves on the website(s). All contractors are encouraged to attempt downloading the documents prior to obtaining the solicitation through alternate sources. The official plan holder s list will be created by registration and will be available from the website(s) only. Amendments will also be posted on the website(s) for downloading. This will be the normal method for distributing amendments; therefore, it is the offeror s responsibility to check the website(s) periodically for any amendments to this solicitation. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) prior to award of the contract. The purpose of this database is to provide basic business information capabilities and financial information to the Government. The SAM website can be accessed at www.sam.gov. Reference is made to FAR Clause 52.204-7, System for Award Management. Prospective Offerors are encouraged to register as soon as possible. All new contract awards can ONLY be made to contractors who are registered in SAM. This requirement will apply to all solicitations and awards, regardless of the media used. For inquiries about this synopsis, please contact Mr. Alex Cloud at thomas.cloud@navy.mil and Ms. Vivienne Moore at vivienne.moore@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-MAR-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/spg/DON/NAVFAC/N62470CON/N6247019R5010/listing.html)
- Record
- SN05264834-F 20190331/190329230013 (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 |