SOLICITATION NOTICE
Y -- P-705 & P710 Hangar, Apron, Parking Garage & Ordnance Loading Area Addition MCAS, New River
- Notice Date
- 8/17/2011
- 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
- N4008511R4024
- Response Due
- 9/1/2011
- Archive Date
- 8/30/2012
- Point of Contact
- Victor Gargano 757-322-8277
- Small Business Set-Aside
- N/A
- Description
- THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL IT IS A PRE-SOLICITATION NOTICE. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Build construction services for a Hangar, Apron, Parking Garage, and Ordnance Loading Area Addition at MCAS, New River, NC. The estimated budget for this project is $79,666,700. This is an unrestricted full and open acquisition. The appropriate NAICS Code is 236220. This will be a Two-Phase Design-Build (DB), Best Value Source Selection (BVSS) solicitation. When the actual solicitation is issued, plans and specifications will be available from either www.fbo.gov or https://www.neco.navy.mil websites during Phase II. This project consists of a Hangar and Apron (P-705) - Design and construct a High Bay Aircraft Maintenance Hangar (Type II Hangar per UFC 4-211-01N (Header Truss System)). The square footage of the Hangar is 69,955 square feet. Hangar will have a hangar bay, shop spaces, flight line and class room space in support of one CH-53 aircraft training squadron. The hangar will be steel frame construction (Header Truss). The doors at the front of the Hangar Bay will be rolling Hangar Doors. Electrical systems will include fire protection, electrical distribution and weather vision systems. Site preparation includes an access roadway and relocation of an existing water line. Project will demo two buildings 6,625 square feet total. Project will construct a 6,625 square foot equipment storage shelter. Built-In-Equipment for the Hangar is the following: One passenger elevator, a bridge crane, back-up generator, waste fluid collection system, and aircraft power. Special foundation features include pile foundation for the hangar. The Apron (Access Apron and Parking Apron) will be 824,236 square feet. Project will include a pedestrian bridge and two vehicle flight line gates. Permits required for this are Storm Water Management Permit, Erosion and Sediment Control Permit, Public Water Supply Permit, Waste Water Permit and Air Permit. Sustainable design features (for both the Hangar and Apron) will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. Project will required to be LEED Silver with LEED Gold as an option. Parking Garage (P-705) “ Construct a 1,200 space three to four story privately owned vehicle parking garage. Special foundation features include pile foundation. The design will be provided. Built-In-Equipment for the Parking Garage includes two passenger traction elevators. Storm Water Management Permit and Erosion Sediment Permit will be provided. An Air permit will be required. Sustainable design features will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. Ordnance Loading Area Addition (P-710) “ Construct a 368,018 square foot Ordnance Loading Area Addition. The design will be provided. The Ordnance Loading Area consist of the following: Arming and De-arming Pad (35,338 square feet); Combat Aircraft Loading Area (173,234 square feet); Taxiway “ Asphalt (73,378 square feet); and Taxiway “ Asphalt (86,068 square feet). Built-In-Equipment will include lighting control system. Sustainable design features will be included in the design and construction of the projects in accordance with Executive Order 13123 and comply with Energy Policy Act of 2005. The approximate Solicitation Release Date is anticipated to be on or about September 2, 2011, 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. 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. Victor Gargano via EMAIL at victor.gargano@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008511R4024/listing.html)
- Record
- SN02539159-W 20110819/110818000604-f5dcc1241f585250ee8dbc02966797b4 (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 |