Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOLICITATION NOTICE

Y -- P004 MOTOR TRANSPORTATION/COMM MAINTENANCE FACILITY, MCB CAMP LEJEUNE, NC

Notice Date
10/7/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510R5337
 
Archive Date
12/31/2010
 
Point of Contact
Frances Harvey 757-322-8282 Frances Harvey, Contract Specialist, frances.harvey1@navy.mil
 
E-Mail Address
frances.harvey1@navy.mil
(frances.harvey1@navy.mil)
 
Small Business Set-Aside
HUBZone
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE. The Naval Facilities Engineering Command, Mid-Atlantic is seeking Hubzone Small Business firms capable of performing Design-Build construction services for a Motor Transportation/Communication Maintenance facility in the Camp Lejeune, North Carolina area. The estimated budget for this project is $16,440,000.00. This is a HUBZONE SMALL BUSINESS SET-ASIDE competition. The appropriate NAICS Code is 236220. This is a Design-Build (DB), Two-Phase Best Value Source Selection solicitation. P-004 Construction Elements: Construct a multi-story motor transport and electronics/communications operations and maintenance facility with interior and exterior concrete masonry unit walls on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roof. Project includes: three drive-through equipment maintenance bays, one vehicle configuration bay, two battery charging/storage rooms, tool storage, parts storage, administrative space, classroom space, restroom facilities, pump house, and hazardous material (HAZMAT) storage building to house unused Petroleum, Oil and Lubricants (POL) with secondary containment. Built-in equipment includes: 15 ton hydraulic lifts, POL distribution system, uninterruptable power supply system, fire pump with generator backup, vehicle exhaust system, spectrally selective window glazing and energy management control system, and a 4 ton overhead monorail crane. Electrical systems include: power, lighting and fire alarm. Mechanical systems include: plumbing, fire protection, lubrication system, compressed air, and HVAC. Information systems include telephone, data, local area network, voice and data communication, secure information systems, cable television, and mass notification. This project will require multiple NMCI seats. Supporting facilities include: site lighting, paved parking and roadways, sidewalks, miscellaneous concrete pads, storm water management system, clearing and grubbing, earthwork, access roads, landscaping, intersection improvements, and building and roadway signage. Site improvements include a tactical vehicle skills training range, heavy-duty pavement, wash racks, tactical vehicle and personally owned vehicle parking. Site utility distribution systems include: electrical power, domestic water, fire protection water, sanitary sewer, steam, storm water management, fire alarm, telephone communication, fiber optics, and cable television. The project will conform to anti-terrorism/force protection standards and follow LEED and Federal Energy Acts compliance criteria for design, development, and construction of the project. Low Impact Development will be included in the design and construction of this project. This project includes the demolition of five buildings/structures TC771, TC773, STC768, SG768 and STC1144 for a total of 1356 square meters. This project includes operation and maintenance support information, environmental mitigation, and Geospatial Data Survey and Mapping. Pre-engineered buildings with concrete masonry walls and brick veneer are prohibited. The project construction period is 533 calendar days. The approximate Solicitation Release Date is anticipated to be no later than late October 2010, and will be posted on the NECO and FEDBIZOPPS websites. This solicitation, including all drawings and 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 HUBZONE SMALL BUSINESS SET-ASIDE COMPETITION. 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 Ms. Frances Harvey via EMAIL at frances.harvey1@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510R5337/listing.html)
 
Place of Performance
Address: 1005 Michael Road, Camp Lejeune, NC
Zip Code: 28547
 
Record
SN02307685-W 20101009/101007233952-373d66e71c20ff2cbec197c20072adc4 (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.