News

YтАУConvert Building X132 for Military Sealift Command (MSC) Consolidation

Type of document: Contract Notice
Country: United States

YтАУConvert Building X132 for Military Sealift Command (MSC) Consolidation

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic, Hampton Roads IPT 9742 Maryland Avenue Norfolk, VA

Zip Code:
23511

Contact:
Gary Milton 757-341-2074 Gary Milton, 757-341-2074, gary.milton1@navy.mil

Link:

Date Posted:
09/10/2018

Classification:
Y

Contract Description:
This does not constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to inform potential offerors of this requirement.
The Request for Proposal (RFP) will be issued by NAVFAC Mid-Atlantic ACQ22 on or about October 24, 2018. The solicitation number will be N40085-18-R-1138 on the Navy Electronic Commerce Online website (NECO) at A Vendor User Guide is available for download at the site as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure that you register with the site so you will receive emails applicable to this solicitation in the event of any amendments and/or any changes regarding this solicitation and/or solicitation of interest.
Primary POC: Gary Milton, (757) 341-2074, email: gary.milton1@navy.mil.
A sources sought notice was posted on June 28, 2018 under synopsis N40085-18-R-1138 to determine availability and capability of small businesses to perform the requirement. Based on market research results, the procurement will be solicited on an unrestricted basis with full and open competition. NAVFAC Mid-Atlanticя┐╜я┐╜я┐╜s Office of Small Business Programs concurs with the determination to solicit as an unrestricted
procurement.
Project Description:
The proposed project includes the following:
This design-build project will convert, alter, and change use of approximately 248,000 square feet of Building X132 to accommodate the consolidation of Military Sealift Command (MSC).
Approximately 248,000 square feet will be renovated as part of this project. The remainder of the building currently houses portions of the Joint Enabling Capabilities Command (JECC) on the first, second and fifth floors and will remain in place.
Portions of the first, second and fifth floor, and all the third and fourth floors layout will be demolished. The altered floor plan will include open office and private office spaces, command suite, classrooms, various size conference and meeting rooms, restrooms, janitor closets, secure enclave, mechanical/electrical/telecommunications rooms, small kitchenettes/break rooms, copy/print areas, high-density file storage rooms, entrance vestibules, and storage rooms.
All occupied spaces will have a minimum sound transmission classification of STC 50. Entire facility will comply with the American Disabilities Act (ADA). Three new stairwells will be constructed and one existing stairwell will be repaired. Code compliant fire alarm/mass notification, standpipe and sprinkler systems will be provided throughout the project scope area. Progressive collapse retrofits and ATFP upgrades will be provided.
Provide four (4) new electric traction personnel elevators using two (2) existing shafts, that meet requirements for personnel loading in the building. Remove and replace one (1) electric traction freight elevator using existing shaft. Include repair of existing shafts, elevator equipment rooms, associated structural, electrical and mechanical
infrastructure work, and other associated work as required to meet code compliance.
Provide new and repair existing building fire protection systems including demolishing the existing dry pipe systems and complete system replacement with wet pipe systems, new fire pump, and new combination fire alarm/mass notification systems.
Provide new HVAC systems throughout the converted spaces.
Provide code required outside air, HVAC, pumps, and associated infrastructure, ductwork, and DDC controls. Demolish existing heating system which does not support new mission requirements. Upgrade existing-to-remain building mechanical system to meet current ATFP standards.
Provide new and repair existing building plumbing systems including booster pump, drain, waste, vent, storm and service piping; and plumbing fixtures/infrastructure. Provide new bathrooms and associated infrastructure to provide code compliant fixture/bathroom count.
Provide new electrical systems throughout the converted spaces and replace electrical systems where they currently exist. Project includes complete system replacement, including main power distribution panel, transformers, communication/phone/NMCIconduit/infrastructure, cable trays, and lighting.
Provide power requirements for other major systems including uninterrupted power supply and basic generators. Project includes demolition of existing electrical system.
Information systems include basic telephone, multiple computer networks, fiber optic, cable television, security and fire alarm systems and infrastructure.
Provide Anti-Terrorism/Force Protection (ATFP) features and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings.
Built-in equipment includes lockers and high density files, and a fire pump for building X132.
Special costs include Post Construction Contract Award Services (PCAS). Special costs also include monitoring during secure enclave construction, including surveillance by Construction Security Technicians and Cleared American Guards during secure space finish work, in accordance with Intelligence Community guidance.
Construction monitoring is required to observe the construction to ensure there are no abnormalities that could
affect and compromise the security of the secure enclave.
Electronic operations and Maintenance Support Information (eOMSI) and cybersecurity are included in this project.
Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.
Site improvements include providing utility fire service lateral, electrical and telecommunications duct banks, ADA compliance at new vestibules/entrances, reconfigured parking/striping, minor road and exterior epairs/improvements related to building conversion, and landscaping.
Pavement facilities include pads for backup generators and
mechanical equipment.
Upgrade electrical service to X132, including providing a new substation in X132, a new switch, switchgear, and feeder/distribution line and duct-bank to the building. Provide new switch connection for building X136.
Mechanical utilities include potential upgrades to existing sanitary sewer lines, storm water lines, and potable water supply lines.
Environmental mitigation includes abatement and disposal of asbestos, lead paint, and polychlorinated biphenyl (PCBs).
Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.
In accordance with FEMA map #5101040004H (map revised 2/17/2017), building X132 is not located in the 100-year floodplain (now known as the annual chance of flood boundary).
Building X132 is in a 500-year flood plain (now known as the annual chance of flood boundary), therefore, in accordance with Naval Station Norfolk policy new exterior electrical equipment will be placed on concrete pads to elevate the equipment above the 500-year floodplain elevation. New exterior mechanical equipment will be located on the building roof which is above the 500-year floodplain.
The estimated construction cost is between $25,000,000 and $100,000,000.
The anticipated award of this contract is September 2019.
The completion time for this contract is 1095 calendar days after award.
The specifications for this project will be posted with the Phase 2 solicitation and are not available at this time.
Large business concerns are required to submit a subcontracting plan prior to award of the contract.
The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government.
The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial
Commercial and Institutional Building Construction with a small business size standard of $36.5 million.

Sol Number:
N4008518R1138

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy