SOLICITATION NOTICE
Y -- Hurricane Florence Recovery Training and Storage Facilities at MCB Camp Lejeune
- Notice Date
- 10/29/2019
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- DON, Navy, Naval Facilities Engineering Command, Mid-Atlantic, ROICC Portsmouth, NAVSHIPYD, Building 491, Portsmouth, Virginia, 23709-5000, United States
- ZIP Code
- 23709-5000
- Solicitation Number
- N4008519R9253
- Point of Contact
- HOLLY, Phone: 7573411046, John Bishop, Phone: 7573411979
- E-Mail Address
-
HOLLY.SNOW@NAVY.MIL, john.p.bishop1@navy.mil
(HOLLY.SNOW@NAVY.MIL, john.p.bishop1@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 Hurricane Florence Recovery MILCON Package 3 at MCB Camp Lejeune, North Carolina (NC). Package 3 consists of MCCSSS Log Ops School (P1512F), II MEF Simulation/Training Center Replacement (P1338F), and LOGCOM CSP Warehouse Replacement (P1527F). PROJECT DESCRIPTION: This solicitation will result in a firm-fixed price (FFP) contract for design-build (DB) construction services. This Package includes the following MILCON Projects: P1512 - MCCSSS Log Ops School Constructs a 148,700 square foot practical application facility for Military Occupancy Specialty (MOS)(Motor Transport) entry/intermediate level training, and a 22,100 square foot Joint Reception Center facility to include H/S functions and student in-processing functions for Marine Corps Combat Service Support School (MCCSSS) at Camp Johnson. Project will also renovate and convert the current MCCSSS motor transport training building M107 into a 109,600 square foot administrative and training center to support tenant and other TECOM functions. Constructs two low-rise steel frame multi-story academic and reception facilities with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. These facilities includes academic, administrative and support space necessary to conduct the day-to-day operations of Log Ops School and MCCSSS in-processing. Site improvements include demolition, utilities, and parking. P1338 - II MEF Simulation Training Center Constructs a 53,500 square foot low-rise training facility to contain the II Marine Expeditionary Force (MEF) Battle Simulation Center and II MEF Combined Arms Staff Trainer (CAST). The facility will be constructed with secure storage space, containing multiple configurable training classrooms, Indoor Simulated Marksmanship Trainer - Enhanced (ISMT-E), audio/visual, computer and server room equipment spaces, and personnel and administrative support spaces. The building is on pile foundation with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. Site improvements include demolition, utilities, and parking. P1527 - LOCCOM CSP Warehouse Replacement Constructs a 109,200 square foot low-rise steel frame warehouse facility for Logistics Command Consolidated Storage Program (LOGCOM CSP) with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. Facilities will include the support space necessary to conduct the day-to-day operations. Site improvements include demolition, utilities, and parking. 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: 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 $250,000,000 and $500,000,000. This office anticipates award of a contract for these services by 27 August 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 12 November 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470NNSY/N4008519R9253/listing.html)
- Record
- SN05484770-W 20191031/191029230450-e4d02d6c1572c5aadfcbdbfe95eb21ec (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 |