News

YтАУP222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina

Type of document: Contract Notice
Country: United States

YтАУP222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina

Agency:
Department of the Navy

Official Address:
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA

Zip Code:
23511

Contact:
Georgia Scott 757-341-0691 Georgia Scott
Email:Georgia.scott@navy.mil

Link:

Date Posted:
03/12/2018

Classification:
Y

Contract Description:

SOLICITATION NUMBER: N40085-19-R-9021
P222- DESIGN-BID-BUILD, Airfield Security Improvements, Marine Corps Air Station (MCAS), Cherry Point, North Carolina
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-Build (DB) construction project for the Reserve Training Center Complex, JEB Little Creek, Virginia Beach, VA.
PROJECT DESCRIPTION:
The work includes will provide Level II security upgrades for the MCAS Cherry Point airfield as required by Marine Corps Order (MCO) 5530.14A Marine Corps Physical Security Manual. These security upgrades include fencing, motorized vehicle gates, and pedestrian turnstiles.
New patrol access roads and relocating existing facilities impacted by the security upgrades are also included in the project.
This project will provide Anti-Terrorism/Force Protection (ATFP) features and comply with ATFP regulations and physical security in accordance with DOD Minimum Anti-Terrorism Standards for Buildings. Paving and site improvements include re-routing a portion of Mary Lou Road and 7th Ave, constructing new patrol access roads, sheet pile repairs and installation and relocating paved storage areas impacted by the security upgrades. Associated grading, roadways, curbs, sidewalks, fencing, signs, and stormwater drainage 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. This project will include the demolition and replacement of Bldg. #3891 (a single-story 3003 SF storage building).
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 process at FAR 15.101-2. The basis for evaluation and evaluation factors for award will be included in the solicitation.
In accordance with DFARS 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 19 December 2018.
All documents will be in Adobe PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) 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 Georgia Scott at georgia.scott@navy.mil.

Response Date:
121918

Sol Number:
N4008519R9021

 

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