SOLICITATION NOTICE
Y -- P134 SLOCUM ROAD PHYSICAL SECURITY
- Notice Date
- 10/6/2021 1:18:20 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008521R0039
- Response Due
- 10/21/2021 11:00:00 AM
- Archive Date
- 02/15/2022
- Point of Contact
- Georgia Scott, Phone: 7573410691, Philip Cole, Phone: 7573411970
- E-Mail Address
-
georgia.scott@navy.mil, philip.j.cole@navy.mil
(georgia.scott@navy.mil, philip.j.cole@navy.mil)
- 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 a Design-Bid-Build (DBB) construction project for Slocum Road Physical Security Compliance, Marine Corps Air Station (MCAS) Cherry Point, North Carolina. PROJECT DESCRIPTION: The Design-Bid-Build (DBB) project constructs an upgraded Slocum Road Gate Access at MCAS Cherry Point.� The Entry Control Facility (ECF) project will include construction of a new visitor control center, gatehouse, sentry booths, gate inspection canopies, overwatch position, a truck/POV inspection office and associated utility improvements. Roadway improvements include an additional new concrete two-lane bridge with pedestrian lane over Slocum Creek adjacent to the existing Slocum Road Bridge and the extension of four-lane roadway access from US Highway 70 to the intersection with Roosevelt Boulevard.� Total facility area is approximately 28,650 square feet.� Special construction features include soil surcharge loads, and storm water best management practices. Electrical systems include primary power distribution, lighting, energy monitoring/control systems, intrusion detection system, telephone/data switch/server rooms, electrical switch gear, transformers, circuits, emergency generator, and fire alarms. Mechanical systems include plumbing air conditioning systems, and digital controls. Information systems include telephone, data, local area network, mass notification and intercom. Site work will include building utility systems, traffic control, parking, domestic water, fire protection water, sanitary sewer, sewage conveyance, propane gas networks, perimeter security fencing, gates, storm water management, fiber/copper communications, cable television, and area lighting. Construction includes sustainable features complying with HPSB Guiding Principles. 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 Lowest Price Technically Acceptable Source Selection Process 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. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237310 Highway, Street, and Bridge Construction, and the Small Business Size Standard is $36,500,000.� In accordance with DFAR 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states, �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� �This office anticipates award of a contract for these services by June 2022 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. The activity small business office concurs with this decision. 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 December 2021.� All documents will be in Adobe PDF file format and downloadable from the SAM.GOV website.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official address to the solicitation is https://www.sam.gov. � 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 Georgia Scott at georgia.a.scott.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0f281eb5c2084b1aac3c9351fd7bf7c7/view)
- Place of Performance
- Address: Cherry Point, NC, USA
- Country: USA
- Country: USA
- Record
- SN06152369-F 20211008/211006230119 (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 |