News

YтАУDesign-Build (DB) P-1495 5th Battalion, 10th Marines, High Mobility Artillery Rocket System (HIMARS) located at Camp Lejeune in North Carolina

Type of document: Contract Notice
Country: United States

YтАУDesign-Build (DB) P-1495 5th Battalion, 10th Marines, High Mobility Artillery Rocket System (HIMARS) located at Camp Lejeune in 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:
Brittany Cristelli 757-341-1978

Link:

Date Posted:
09/07/2019

Classification:
Y

Contract Description:
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 P-1495, Design-Build (DB) 5th Battalion, 10th Marines, High Mobility Artillery Rocket System located at Camp Lejeune in North Carolina
PROJECT DESCRIPTION:
This acquisition will result in a Firm-Fixed Price (FFP) contract for design-build construction services.
This project will construct low rise steel frame Battalion/Company Headquarters with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The headquarters facility includes the necessary administrative space to conduct the day-to-day operations of both the battalion and its companies.
Construct low rise steel frame Automotive Vehicle Maintenance Shop with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies.
Construct low rise steel frame Humidity Controlled Warehouse with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The warehouse will be a high bay facility that will house a 10 Ton capacity overhead crane.
The facility includes administrative and support space, storage bays, secured storage, and shipping/receiving area.
Construct low rise steel frame Electronics Communications Maintenance Shop with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete
floors, and standing seam metal roof. The maintenance shop includes administrative and support space, equipment maintenance and training areas, and storage areas for parts and supplies.
Construct low rise steel frame Combat Vehicle Maintenance Shop with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and
standing seam metal roof. The maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies.
Construct low rise steel frame Armory addition with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof.
The armory includes administrative and support space for armorers/custodians, secure space for storing and maintaining weapons and a covered outdoor weapons cleaning area.
Construct high-explosive magazine to comply with UFC 4-420-01 Ammunitions and Explosives storage Magazines. The magazine will be used for the storage and handling of Reduced Range Practice Rounds (RRPRs) to support live-fire HIMARS training.
This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations, physical security mitigation in accordance with DOD Minimum Anti-
Terrorism Standards for Buildings. The UFC standard has increased the building structure requirement and building setback requirements for Camp Lejeunes Design Basis Threat
established by Parking and Roadways without a Controlled Perimeter.
The completion time for this contract is 934 calendar days after award.
A sources sought notice was posted on April 30, 2019 under synopsis N4008519R9156 to determine availability and capability of small businesses to perform the requirement. The notice yielded only one (1) response. Based on market research results, and 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 and the procurement will be solicited on an я┐╜я┐╜я┐╜unrestrictedя┐╜я┐╜я┐╜ basis with full and open competition. NAVFAC Mid-Atlanticя┐╜я┐╜я┐╜s Office of Small Business Programs concurs with this decision. NAVFAC Mid-Atlanticя┐╜я┐╜я┐╜s Office of Small Business Programs concurs with the determination to solicit as an unrestricted procurement.
In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.
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.
The proposed solicitation will be full and open competition utilizing two-phase design-build selection procedures in accordance with FAR 36.3. The solicitation utilizes source selection procedures which require offerors to submit non-cost/price proposals and cost/price proposals in accordance with FAR Part 36.3 and Part 15 for evaluation by the Government. Large business concerns are required to submit a subcontracting plan prior to award of the contract.
The Request for Proposal (RFP) will be issued on or about 24 July 2019.
All documents will be in Adobe PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is 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
Questions regarding this notice should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.

Sol Number:
N4008519R9156

 

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