SOLICITATION NOTICE
Y -- Hurricane Florence Recovery MILCON Package 7
- 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
- N4008519R9257
- Point of Contact
- John Bishop, Phone: 7573411979, HOLLY SNOW, Phone: 7573411046
- E-Mail Address
-
john.p.bishop1@navy.mil, HOLLY.SNOW@NAVY.MIL
(john.p.bishop1@navy.mil, HOLLY.SNOW@NAVY.MIL)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N4008519R9257 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 7 at Marine Corps Air Station (MCAS) New River, North Carolina (NC). Package 7 consists of CNATT Classroom Building Replacement (P695F), Bachelor Enlisted Quarters Replacement (P707F), CH-53K Maintenance Hangar Replacement (P378F), and C-12W Aircraft Maintenance Hangar Replacement (P728F). 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: P695 - CNATT Classroom Building Constructs a 120,000 sf multi-story steel framed, reinforced concrete masonry unit classroom building on a pile foundation with standing seam metal roof. The building includes a combination passenger/freight elevators, classrooms, administrative spaces, aircraft trainer spaces, auditorium, and personal support spaces. Site improvements include demolition, utilities, and parking. P707 - Bachelor Enlisted Quarters Constructs a 75,500 square foot multi-story Bachelor Enlisted Quarters on pile foundation with reinforced concrete slab, structural steel framing, exterior brick and masonry veneer, interior CMU walls, standing seam metal roof system to match adjacent buildings, providing 165 rooms with semi-private baths in the standard 2+0 room configuration. Community and service core areas consist of laundry facilities, lounges, administrative offices, housekeeping areas, and public restrooms. Site improvements include demolition, utilities, and parking. P378 - CH-53K Maintenance Hangar Constructs a 297,000 sf, three module Type II Aircraft Maintenance Hangar in support of three CH-53K aircraft squadrons. The hangar will include a multi-story crew/equipment/administrative area at the rear of the hangar bay. Work includes an aircraft hangar, associated maintenance shops, administrative spaces, personnel spaces, aviation operations spaces, parts and tool storage space, hazardous materials storage area, and associated aircraft support equipment. The primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof. The roof will be a standing seam metal roof over rigid insulation on steel deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will have metal siding on the hangar bay and concrete masonry unit on the operations/administrative area with thermally efficient windows and doors. Built-in equipment includes four passenger freight elevators, three (8-ton) bridge cranes, fabric hangar doors, backup generator, waste fluid collection system, aircraft power system, aircraft grounding grid, lightning protection, compressed air system, and an aqueous film-forming foam system with hangar floor drainage and containment. This project also constructs a 230,000 sf multi-level vehicle parking facility, an aircraft access apron, a 527,000 sf aircraft parking apron, two aircraft washracks to support the CH-53K, a master storm water detention facility with pumping station, and an oil/water separator. Site improvements include demolition, utilities, roadways, flightline fencing. P728 - C-12W Aircraft Maintenance Hangar Constructs a 38,000 square foot modified Type I Aircraft Maintenance Hangar and a 18,000 square foot Aircraft Operations Facility to support Air Station C-12W operations. The hangar will provide space for aircraft operations function, Transient Aircraft Services Division (TASD), ground support equipment storage, and C-12W aircraft maintenance. Hangar construction includes a deep pile foundation, reinforced concrete floors, metal siding, and concrete masonry unit walls. The project includes fabric hangar doors, radiant gas heat, five-ton overhead bridge crane, embedded grounding grid, aircraft grounding points, a two stop combination passenger/freight elevator and loading dock. The hangar will provide high bay maintenance space, hazardous material storage, a climate controlled battery service locker, avionics vault, tool room, equipment storage spaces, administrative spaces, briefing room, conference room, pilot ready room, VIP lounge, classroom, and personnel support spaces. The project includes purchased temporary facilities to accommodate the aircraft operations function displaced by the demolition of AS843. 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 7 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 John Bishop at john.p.bishop1@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470NNSY/N4008519R9257/listing.html)
- Record
- SN05484792-W 20191031/191029230454-643c6ed2751e0212a59ab527a83891ef (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 |