Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2025 SAM #8436
SOLICITATION NOTICE

Y -- P993 F35 Sustainment Center, MCAS Cherry Point

Notice Date
12/30/2024 8:38:36 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
 
ZIP Code
23511-0395
 
Solicitation Number
N4008525R2515
 
Response Due
1/14/2025 11:00:00 AM
 
Archive Date
01/29/2025
 
Point of Contact
Brittany Cristelli, Phone: 7573411978
 
E-Mail Address
brittany.cristelli@navy.mil
(brittany.cristelli@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 make notice of a proposed contract action for performing pre-construction services and construction services for P-993/995, F-35 Aircraft Sustainment Center and Composite Repair Facility, Marine Corps Air Station (MCAS) Cherry Point, North Carolina. PROJECT DESCRIPTION: The F35 Sustainment Center is a 255,461 SF depot level hangar to support (20) F-35 aircraft. The facility is also a pilot project to evaluate the use of sustainable building materials in military construction (MILCON). In addition to the hangar maintenance bays, the project will also include 4 paint booths, administrative space, aircraft part modification and tool shops, and a secure area built to ICD705 standards. The main facility is a precast structural concrete panel with a pile supported foundation, slab on grade, and cross laminated timber roof deck. The structure is a single story with a two-story administrative space. The site development scope includes utility improvements to support entire Hancock Village, taxiway with a bridge and aircraft parking apron. The 105,755 SF Composite Repair Facility is a new consolidated depot-level facility for advanced composites and rotor blade repair. The project consists of two major sections, a composite repair and manufacturing shop that will include a disassembly area, parts kitting area, production control/clean parts area, assembly area to include climate controlled dirty room, bonding room, clean room, depot and fleet classrooms and engineering/laboratory space. Also included is an aircraft rotor blade repair shop that includes a disassembly and staging area, dirty room, sanding pit, and bonding room. Shared spaces that include painting, parts wash, freezer, hygiene facility, bathrooms, and breakrooms to minimize construction costs and improve sustainability. Construction of the facility consists of structural steel roof framing with standing seam metal insulated roof system on load-bearing concrete masonry unit (CMU) walls with exterior finish of brick veneer and metal wall panels. Foundation design includes reinforced concrete floor slabs on prepared subgrade, and shallow concrete spread footings bearing on controlled structural fill. The completed time for this contract is 1,274 calendar days after award. P993/995 are design-bid-build projects. This procurement will utilize the Early Contractor Involvement (ECI) approach and be procured in two segments: Segment I � Early Contractor Involvement Preconstruction Services and Segment II � Construction Services. Segment I - This solicitation is being advertised as ""Unrestricted"" for full and open competition. The Segment I source selection procurement requires both non-price (technical and past performance) and price proposals for the preconstruction efforts and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation for Segment I. The Government intends to select up to three contractors for award of the ECI preconstruction services. Segment II � The contractors who are selected for Segment I will be prequalified to propose on the construction services. Only the contractors who participated on the ECI segment will be prequalified. The Segment II source selection procurement requires both non-price and price proposals for the construction and will utilize the best value continuum process at FAR 15.101-1, Tradeoff. The basis for evaluation and evaluation factors for award will be included in the solicitation for Segment II. Only one of the prequalified offerors who participated in the ECI will be selected for the construction services. The ECI preconstruction efforts will focus on P993 but will also consider coordination and schedule with P995. The P993 and P995 projects will be at the 65% design stage. The selected contractors for the ECI will work collaboratively with Designer of Record (DOR) and the Government team to improve the overall project delivery. The preconstruction services will generally include: reviewing and evaluating the design documents at specified stages of development to identify potential constructability challenges and risks; providing value engineering-style recommendations and alternative ideas to improve the final product considering cost and schedule; advising on efficient construction means and methods; providing regularly updated construction cost information with substantiating documentation; identifying construction cost and schedule risks and mitigation recommendations; and identifying opportunities to increase small business subcontractor participation. The DOR will collaborate with the Construction Contractor to ensure the design does not inhibit use of efficient construction means and methods, and to develop design solutions that avoid constructability challenges and minimize cost and schedule risks. The DOR will maintain responsibility for the quality and engineering compliance for the design, and the Construction Contractor�s involvement during the design phase does not absolve the DOR of this contractual responsibility or Architect-Engineer (AE) liability. 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 $45,000,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $250,000,000 and $500,000,000. This office anticipates award of a contract for these pre-construction services by March 2025 and award of the construction by February 2026. A Sources Sought Notice (N4008524R2513) was issued on 6 February 2024 on SAM and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis allowing for full and open competition. The NAVFAC Mid-Atlantic A DD2579 Small Business Coordination Record was approved by the NAVFAC MIDLANT Small Business Professional concurred with this approach on 17 December 2024, and the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred on 27 December 2024. 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 by NAVFAC Mid-Atlantic, CON21 on or about 14 January 2025. The solicitation number will be N40085-25-R-2515. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov website. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov under �contract opportunities� when it becomes available. 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://www.sam.gov. Questions regarding this notice should be directed to Brittany Cristelli at Brittany.n.cristelli.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/50f2e65376444b909c177ec45a7447f2/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN07302540-F 20250101/241230230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.