SOLICITATION NOTICE
Y -- P3002, DBB, RELOCATE HAZARDOUS CARGO PAD & EXPLOSIVE ORDNANCE DISPOSAL PROFICIENCY RANGE, JOINT BASE ANDREWS, CAMP SPRINGS, MD
- Notice Date
- 12/17/2021 10:51:53 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
- ZIP Code
- 20374-5018
- Solicitation Number
- N40080-22-R-8580
- Archive Date
- 01/21/2022
- Point of Contact
- Porsha Hargrove, Phone: 2024951172, Lindsay M. Brown, Phone: 2026853192
- E-Mail Address
-
porsha.hargrove@navy.mil, lindsay.naill@navy.mil
(porsha.hargrove@navy.mil, lindsay.naill@navy.mil)
- Description
- THIS NOTICE DOES NOT CONSTITUE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command (NAVFAC) Washington intends to issue a Request for Proposal (RFP) for a firm fixed-price, construction contract for P3002, DBB, Relocate Hazardous Cargo Pad & Explosive Ordnance Disposal Proficiency Range, Joint Base Andrews, Camp Springs, MD. The RFP will be issued under N40080-22-R-8580 and is expected to be issued on or around January, 05 2022.� This is a One-Step, Design-Bid-Build procurement that will be conducted utilizing Full & Open Unrestricted competitive negotiation procedures under FAR Part 15.� Evaluation will be conducted utilizing the Best Value Source Selection (BVSS) lowest price technically acceptable process.� The Government intends to award one (1) firm fixed-price contract.� In accordance with DFAR 236.204(ii), the construction magnitude of this project is estimated between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) Code for this procurement is 237990 with the annual size standard of $39.5M. Project Description: The project constructs an aircraft hazardous cargo pad (approx. 80,550 SF concrete), a 75-foot wide concrete taxiway (approx. 159,005 SF), asphalt taxiway shoulders (approx. 159,075 SF), Explosive Ordnance Disposal (EOD) Proficiency Range that includes a 1,120 SF area for a detonation bunker and 260 SF concrete protection bunker. THIS SOLICITATION WILL BE OFFERED IN ELECTRONIC FORMAT ONLY.� NO HARD COPIES WILL BE PROVIDED.� The solicitation will be available on the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://wawf.eb.mil or https://piee.eb.mil/.� Amendments to the solicitation, if issued, will be posted to the same portal. After solicitation release, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. � NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module.� For more information on the Solicitation Module and registration, refer to the PIEE website at https://wawf.eb.mil or https://piee.eb.mil/ and https://www.acq.osd.mil/dpap/pdi/eb/docs/PIEE/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf. IMPORTANT NOTICE: All contractors submitting bids, proposals, or quotes on Department of Defense solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make an Offeror ineligible for award. The SAM website can be accessed at www.sam.gov/portal/SAM.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8196266ee98f4fce8758f5c7498e5656/view)
- Place of Performance
- Address: JB Andrews, MD 20762, USA
- Zip Code: 20762
- Country: USA
- Zip Code: 20762
- Record
- SN06200311-F 20211219/211217230105 (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 |