SOLICITATION NOTICE
Y -- P103 NOTU Engineering Test Facility at Cape Canaveral, FL
- Notice Date
- 8/1/2024 11:53:05 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM SOUTHEAST NAS JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-24-R-0065
- Response Due
- 8/16/2024 12:00:00 PM
- Archive Date
- 08/17/2024
- Point of Contact
- Sheila Borges, Phone: 9045426606, Lindsay Betteridge, Phone: 9124093846
- E-Mail Address
-
sheila.i.borges.civ@us.navy.mil, LINDSAY.E.BETTERIDGE@NAVY.MIL
(sheila.i.borges.civ@us.navy.mil, LINDSAY.E.BETTERIDGE@NAVY.MIL)
- Description
- This design-bid-build project will provide the U.S. Navy with a new mission critical facility located at Cape Canaveral Space Force Station (CCSFS) in Florida.� The facility will consist of approximately 132,000 square foot (SF) building, which will sit on an approximate 33.50-acre green field site.� The proposed construction includes a high bay, single story building with a mezzanine on a reinforced concrete foundation with a steel frame superstructure and reinforced concrete exterior wall panels. The roof structure will include metal decking over steel joists covered by rigid insulation and built-up roofing.� Interior walls will be reinforced concrete masonry units (CMU) with filled cores and light-gage metal framing with gypsum wallboard partitions which extend to the underside of the roof / ceiling. The building will consist of large laboratory (lab) and test areas. The individual areas will be connected by an internal circulation spine and have exterior access for material delivery. The facility will be supported by other administration, mechanical, electrical, communications, and building services spaces throughout. A mezzanine will be provided for the heating, ventilation, and cooling (HVAC) air-handling units and for mezzanine access to one of the test areas. Several of the areas will require high-bay construction for either overhead bridge cranes, storage racks, or to house tall vertical elements. Several of the spaces will require additional special requirements for operational needs. Some of these will be raised access flooring systems for heavy electrical and communication infrastructure and acoustical treatments for loud operation uses or for controlled communication. This site and building have heightened flood and wind control due to its location. These features will require a raised finish floor elevation to lift the building above the flood and ocean surge plane along with increased structural design requirements for high wind gusts during a hurricane event. Increased environmental care will be required for this sensitive site. The site is undeveloped and has the potential to support habitats for endangered animal and bird species. In particular, the beach mouse, gopher tortoise, scrub jay, and tri-colored bat. This project anticipates relocating existing scrub jay habitat to another location. There may also be some cultural sensitivities. Additional investigation is needed to confirm any presence of historical items and their possible impact on the development of the facility.� The design will be developed to meet a 50-year building life cycle. This will impact the performance level of building systems and materials selected.� There will be several large pieces of equipment sensitive to vibration that will require isolated floor slabs to meet the weight and seismic requirements. The use of air pallets will also require several of these isolated slabs to have a low tolerance for flatness (i.e., be super flat). There will be several built-in cranes in the facility that will require an increased structural design load or separate steel structure and concrete footings.� There will be two special commissioning requirements for the ETF: cybersecurity and security.� This project will follow the UFC 4-010-01 Minimum Antiterrorism Standards for Buildings, UFC 4-010-06 Cybersecurity of Facility Related Control Systems, and UFC 4-010-05 Sensitive Compartmented Information Facilities Planning, Design and Construction. The contractor will be required to maintain tight adherence to design and specifications during construction. This will include administrative requirements related to special and 3rd party inspections, project records, and design adherence. Since this facility will be constructed on a U.S. Space Force installation, all construction must be performed by U.S. firms using U.S. citizens.� Certain aspects of construction will require Contractor personnel to be subjected to a trustworthiness determinations.� All Contractor personnel accessing the site will be subject to a 100% ID checks at all gates of entry by CCSFS security personnel.� Contractor personnel must present a state or federally issued picture identification.� Persons not possessing a Department of Defense (DoD) issued ID card or an approved Federal employee ID must have a valid reason to access CCSFS, must undergo a criminal history background screening, and be issued a CCSFS pass.� All person(s) operating a vehicle are required to have in their possession at all times a current valid driver license, proof of current vehicle insurance, and current vehicle registration. Competition Requirements: Unrestricted basis, under full and open competition. Procurement Method: FAR Part 15, Contracting by Negotiation. Type of Contract: Firm-Fixed Price Award Fee The NAICS code for this construction solicitation is 236220 with a size standard of $45,000,000. Project Magnitude is between $100,000,000 and $250,000,000. This is a new procurement. It does not replace an existing contract. No prior contract information exists. Large business concerns are required to submit a subcontracting plan prior to award of the contract. A Pre-Proposal Conference and Site Visit will be held for those offerors chosen to participate in Part-Two (exact date and time will be specified in the Part-Two solicitation). Part-One proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the Part-One solicitation). This will be an electronic solicitation, which can be downloaded from Sam.gov Opportunities at https://sam.gov/. The solicitation will be available at this site no earlier than 15 days after this pre-solicitation notice is posted. �Offerors are responsible for checking the Sam.gov website for the solicitation and any subsequent amendments that may be issued. NO CONTRACT AWARD WILL BE MADE TO ANY CONTRACTOR THAT IS NOT REGISTERED OR IN THE PROCESS OF REGISTERING WITH THE SYSTEM FOR AWARD MANAGEMENT (SAM). PLEASE VISIT THE SAM WEBSITE AT https://www.sam.gov FOR INSTRUCTIONS ON HOW TO REGISTER.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/13bd9ea3e75d481bbcb3db8f05d3a230/view)
- Place of Performance
- Address: FL 32920, USA
- Zip Code: 32920
- Country: USA
- Zip Code: 32920
- Record
- SN07152571-F 20240803/240801230147 (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 |