SOLICITATION NOTICE
Y -- NAVFAC, MARFORRES FST intends to solicit proposals for a Design-Build construction requirement for the Joint Reserve Center (P-125) in Des Moines, Iowa.
- Notice Date
- 2/18/2016
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARFORRES FST 520 Dewey Ave, Building 5 Great Lakes, IL
- ZIP Code
- 00000
- Solicitation Number
- N4008516R3607
- Response Due
- 3/4/2016
- Archive Date
- 9/30/2015
- Point of Contact
- Julie Green 847-688-3368 x105 Julie Green, Contract Specialist, 847-688-3368 X105 or Julie.m.green@navy.mil
- E-Mail Address
-
Honold,
- Small Business Set-Aside
- N/A
- Description
- Project Description “ Design-Build Construction of new Joint Reserve Center in Des Moines, Iowa. Project will construct a 46,000 SF Joint Reserve Center facility in Des Moines, Iowa for Joint Marine and Navy operations. The low-rise reinforced concrete and steel-framed building will be of permanent construction with masonry exterior walls and gypsum board interior walls, standing seam metal roof, concrete floors, and pile foundation. The Reserve Center will include a Reserve Training Building (46,000 sq. ft.) a vehicle maintenance facility (1,600 sq. ft.). The Joint Reserve Center areas include an assembly hall, classrooms, medical exam rooms, conference room, storage, crews lounge, administrative areas, recruiting office, toilets/locker room/showers, janitorial space, and mechanical equipment spaces. The Marine Corps exclusive use areas include active duty administrative offices, unit conference space, administrative space, supply/storage areas, recruiting space, armory, shops for communications equipment maintenance, multi-media/LAN control center, NEXGEN secure and equipment room, Firearm Training Simulator (FATS), training aids storage, exercise and double locker room area. Supporting facilities include fire alarm and suppression systems and exterior security lighting. The vehicle maintenance building will be a one-story steel-framed structure with concrete foundation, concrete floor, masonry walls, standing seam metal roofing, fire suppression and alarm system, high bay compartments, tool room, parts room, one office with air conditioning, heating, ventilation, electrical utilities and mechanical utilities. The procurement method to be utilized is FAR Part 15 - Source Selection, LPTA source selection procedures. The solicitation will be conducted in 2 phases. Phase 1 non-price evaluation factors will include Technical Approach, Experience, Past Performance and Safety. Phase 2 non-price evaluation factors include: Technical Solution, Energy and Sustainable Design and Small Business Utilization which includes two following subfactors, Subfactor A “ Past Performance in Utilization of Small Business Concerns and Subfactor B “ Small Business Participation. Phase 2 will also include a Price factor. Offeror ™s will be required to submit a technical proposal for both Phase 1 and Phase 2 of the Source Selection and a price proposal during Phase 2 of the Source Selection. Note: Service Disabled Joint Ventures are required to provide their joint venture agreement and it will be reviewed by the Government. The total estimated magnitude of construction for this contract is between $10,000,000 and $25,000,000. The contract completion date will be 555 calendar days after award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a8c5be26906928186882f7f57673a512)
- Place of Performance
- Address: Northwest Corner of 110th Court and Saylorville Dr., Granger, IA
- Zip Code: 50109
- Zip Code: 50109
- Record
- SN04024021-W 20160220/160218235010-a8c5be26906928186882f7f57673a512 (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 |