News

YтАУDesign-Bid-Build (DBB) construction project for SOF Marine Raider Regiment HQ, Marine Corps Air Station MCAS, Camp Lejeune, North Carolina.

Type of document: Contract Notice
Country: United States

YтАУDesign-Bid-Build (DBB) construction project for SOF Marine Raider Regiment HQ, Marine Corps Air Station MCAS, Camp Lejeune, North Carolina.

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA

Zip Code:
23511

Contact:
Crystal Chatmon 757-341-1999

Link:

Date Posted:
26/07/2019

Classification:
Y

Contract Description:
PRE-SOLICITATION NOTICE
SOLICITATION NUMBER: N40085-19-R-9148
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 SOF Marine Raider Regiment HQ, Marine Corps Air Station MCAS, Camp Lejeune, North Carolina.
PROJECT DESCRIPTION:
This work constructs 2,788 SM (30,000 SF) of Headquarters Facilities and includes miscellaneous supporting structures, utilities, parking, roadways, sidewalks, running trails, and site work. The structures will be single-story steel frame buildings with brick veneer over metal studs, standing seam metal roofs, metal soffits, and translucent wall panels.
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, and fire alarms. Mechanical systems include plumbing, fire protection, compressed air, dehumidification, 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.
Department of Defense 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 features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features to comply with Department of Defense (DoD) Minimum Anti-Terrorism Standards for Buildings and MCO 5530.14A Marine Corps Physical Security. This project includes Geospatial Data Surveying/Mapping.
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.
In accordance with DFAR 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 я┐╜я┐╜я┐╜ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000.
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 12 August 2019. All documents will be in Adobe PDF file format and downloadable from the FED BIZ OPPS (FBO) 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
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
Questions regarding this notice should be directed to Crystal Chatmon at crystal.chatmon@navy.mil.

Response Date:
081019

Sol Number:
N4008519R9148

 

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