SOLICITATION NOTICE
Y -- P169 NMC Ordnance Facilities Recapitalization
- Notice Date
- 10/15/2020 6:12:44 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-R-0036
- Response Due
- 10/30/2020 11:00:00 AM
- Archive Date
- 11/14/2020
- Point of Contact
- Michelle Corsino, Phone: 7573410216
- E-Mail Address
-
michelle.a.corsino@navy.mil
(michelle.a.corsino@navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this pre-solicitation synopsis is to notify potential offerors of an Indefinite Delivery/Indefinite Quantity (IDIQ) for P169 NMC Ordnance Facilities Recap, Yorktown, Virginia. This project will construct ten (10) Type-D (5 bay) earth-covered high explosive magazines providing 8,359 square meters (89,976 square feet) of needed munitions storage space. Also included is the demolition of 17 obsolete WWII era magazines.� Magazine construction will consist of foundations, walls, reinforced concrete floors, entrance and loading aprons, with ordnance bonding, grounding and lightning protection systems, intrusion detection systems and earth-covering.� Site preparations include clearing, grading, fill and earth cover of the magazines.� Site improvements include over one mile of access roads, paved truck loading/unloading areas, exterior lighting, lightning protection, concrete loading ramps and landscaping.� Electrical utilities include primary and secondary distribution systems, outside lighting, transformers, and telecommunications infrastructure. The solicitation will be issued �Unrestricted� Full and open. This is a 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 process. The basis for evaluation and evaluation factors for award will be included in the solicitation. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $39,500,000.� In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The anticipated award of this contract is February 2021. The completion time for this contract is 1095 calendar days after award. Large business concerns are required to submit a subcontracting plan prior to award of the contract. Offerors will be required to submit with their offer a bid bond of at least 20% of the proposed price but shall not exceed $3,000,000 of the amount for Construction Wage Rate Requirement (CWRR) (formerly known as Davis Bacon Act (DBA)) work. A Sources Sought notice was issued on 4 September 2020 to determine the capability of small businesses to perform the requirement.� 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.� On 1 October, a DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business, and the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The drawings and specifications for this project will be posted with the solicitation and are not available at this time.� The Solicitation will be issued on or after 30 October 2020 to beta.sam.gov website.� Contractors are encouraged to register for the solicitation when downloading from the website.� 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 Michelle Corsino at michelle.a.corsino@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3ebfdb4a1b2840caac6aa905a449b38f/view)
- Place of Performance
- Address: Yorktown, VA, USA
- Country: USA
- Country: USA
- Record
- SN05828368-F 20201017/201015230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |