Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 24, 2010 FBO #3073
MODIFICATION

Y -- P652 VMMT-204 Maintenance Hangar, Phase 3, Marine Corps Base, Camp Lejeune, North Carolina

Notice Date
4/22/2010
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Blvd. Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R3230
 
Response Due
3/22/2010
 
Archive Date
10/31/2010
 
Point of Contact
Keith Logan 757-322-4080 (Primary) Keith Logan 757-322-4080; Sharon Taylor 757-322-8258
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Bid-Build and Design-Build construction services for the VMMT - 204 Maintenance Hangar in the Camp Lejeune, North Carolina area. The estimated budget for this project, P652, is $27,000,000. This is a Total Small Business Set-Aside. The appropriate NAICS Code is 236210. This will be a Design-Build (DB) & Design-Bid-Build (DBB), Best Value Source Selection (BVSS) solicitation. When the actual solicitation is issued, full plans and specifications will be available from either www.fbo.gov or https://www.neco.navy.mil websites. Aircraft Maintenance Hangar - Design-Build - Construct a multi-story aircraft maintenance hangar (46,263 square feet) addition, to provide hangar bay, shop space, flight line operations and maintenance functions. The hangar addition will join the existing aircraft parking apron, and will include a multi-story crew/equipment/admin area at the rear of the hangar bay. Primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof. The roof will be a standing seam metal roof over rigid insulation on steel deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will be metal siding on the hangar bay and concrete masonry on the operations /administrative area, with thermally efficient windows and doors. Ground floor will be slab on grade with pile foundation and includes embedded grounding grid and floor drainage system in the hangar bay. Hangar door will be a Fabric Hangar Door. Electrical systems will include fire protection (fire pump, sprinkler and AFFF), electrical distribution lighting and communication features, to include Naval Aviation Logistics Command Management Information System (NALCOMIS) and weather vision systems. Mechanical utilities include water sewer, gas distribution, air conditioning, and connection to existing oil water separator. Site preparations include excavation, grading, pavement, access flight-line fencing. Built-in equipment includes infrastructure for a 5 ton bridge crane. This project will include the demolition of Building AS-504. Sustainable design principles will be included in the design and construction of the project in accordance with the Energy Policy Act of 2005. Air Traffic Control Tower - Design-Bid-Build - Demolish the top portion of the existing Air Traffic Control Tower and extend it 20 feet higher. The tower's HVAC system will be upgraded to provide redundant system and updated ventilation system for the cab. The approximate Solicitation Release Date is anticipated to be no later than late May 2010, and will be posted on the NECO and FedBizOps websites. This solicitation, including all specifications, will only be available in downloadable electronic format. ALL DOCUMENTS will be in the Adobe Acrobat PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil or www.fbo.gov. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. All prospective offerors must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) and the Online Representations ad Certifications Application (ORCA) database (https://orca.bpn.gov ). Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for Federal contract awards. 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. Please forward technical inquiries to Mr. Keith Logan via EMAIL at keith.o.logan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3230/listing.html)
 
Record
SN02129408-W 20100424/100422234752-dc97ad93866a6a7cff6e72f11ebac136 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.