Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2016 FBO #5262
DOCUMENT

Y -- This is not a request for proposal it is a pre-solicitation notice for P 1280 2nd Radio Battalion Operations Complex, Camp Lejeune, NC - Attachment

Notice Date
4/18/2016
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
Solicitation Number
N4008516R5507
 
Response Due
5/10/2016
 
Archive Date
8/31/2016
 
Point of Contact
Elizabeth Carmack 757-341-1654 ALTERNATE POINT OF CONTACT : Mike Brice 757-341-0695
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. IT IS A PRE-SOLICITATION NOTICE. N40085-16-R-5507 The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing construction services for N40085-16-R- 5507, P “1280, DESIGN BID BUILD CONSTRUCTION CONTRACT FOR P1280 USMC, II MARINE EXPEDITIONARY FORCE, II RADIO BATALLION, MARINE CORPS BASE CAMP LEJEUNE, NORTH CAROLINA This project will be solicited as unrestricted procurement using full and open competition using Source Selection procedures of FAR 15.101-1, Tradeoff Process. The appropriate NAICS Code is 236220. Magnitude of construction is $25,000,000.00 to $100,000,000.00. The approximate Solicitation Release Date of the solicitation is anticipated to be 27 May 2016 and will be posted on the Navy Electronic Commerce Online (NECO) website under solicitation number N40085-16-R-5507. A sources sought notice was posted on 8 January 2016 under Solicitation No. N40085-16-R-5507 to determine availability and capability of businesses to perform the requirement. Based on market research results, the procurement will be solicited as an unrestricted procurement with full and open competition. NAVFAC Mid-Atlantics Office of Small Business Programs concurs with the determination to solicit as an unrestricted procurement. NOTE: This solicitation contains very specific procedures and requirements for those interested in receiving information/RFP, plans, and specifications on this solicitation. DESCRIPTION OF ACQUISITION This acquisition will result in a Firm Fixed Price (FFP) contract for construction services. P1280 2nd Radio BN Operations Complex consists of two buildings; The Battalion Company Headquarters and Operations Control Center/Controlled Area. Both buildings are low rise steel frame, reinforced concrete walls, brick veneer, reinforced concrete floors and standing seam metal roofs. The Operations Control Center/Controlled Area will be located adjacent to the Battalion Company Headquarters, and connected by a covered pedestrian walkway and turnstiles. The project will be designed to include a battalion aid station, personnel support areas, administrative areas, vehicle bays, and electric/communications shop. Information systems will include basic telephone, unclassified but sensitive internet protocol router network (NIPRNET), secret internet protocol router networks (SIPRNET), Controlled Area classified communication systems, computer networks, fiber optic, security and fire alarm systems and infrastructure. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Built-in equipment includes access control system rough-in, under floor fire detection system, vault doors, passenger/freight combination elevator, emergency generator, fire pump with back-up generator, raised computer access floor, redundant air handling and chilled water systems for Controlled Area, intercom and lighting control system for Controlled Area, secure ground/reference system, tempest shielding, uninterruptable power supply system, and antenna support mast. Special Costs include Post Construction Contract Award Services (PCAS), Geospatial Mapping/ Survey and surveillance during construction of Controlled Area in accordance with Intelligence Community guidance. Construction monitoring is required to observe the construction to ensure there are no abnormalities that could affect and compromise the security of the Controlled Area. Operations and Maintenance Support Information (OMSI) is 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 this 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. Site preparation includes site clearing and grubbing, grading, borrow/fill material, topsoil, excavation, and preparation for construction and erosion control measures. Special foundation features include concrete spread footings supported by a foundation system and heavy floor slab construction. Paving and site improvements include surface parking facilities for approximately 500 personally owned vehicles and 80 tactical vehicles, access roads, roadways, curbs, sidewalks, trail with pedestrian bridges crossing wetlands to connect with other existing facilities, landscaping, chain link and decorative fencing, roadway signs, a dumpster enclosure, subsurface sand filter system, pervious pavements, and storm water retention pond, piping and structures. This project will also provide roadway improvements to Birch Street. Electrical systems include primary and secondary distribution systems, interior and site lighting, transformers, and telecommunications infrastructure. Mechanical systems include heating, vapor intrusion mitigation system, ventilation and air conditioning, water lines, plumbing and plumbing fixtures, sanitary sewer lines, vapor intrusion mitigation system, fire protection systems and supply lines. Environmental mitigation includes wetland mitigation. Demolition of facilities and site restoration. Facilities will be demolished upon completion of the project as functions they currently support will be relocated. SPECIFIC PROCEDURES FOR THIS PRE-SOLICITATION/RFP ARE AS FOLLOWS: DOCUMENT CONTROL AND SPECIAL PROCEDURES: All documentation provided by the U.S. Government is UNCLASSIFIED//FOR OFFICIAL USE ONLY (U//FOUO). These documents are not releasable without the prior approval of the U.S. Government. A Construction Security Plan has been developed by the Accrediting Agency to deter and detect unauthorized access, and reduce the risk of security hazards at the construction site and any protected storage areas. Only persons that have been vetted and approved by the U.S. Government shall be allowed access to these documents, which are Unclassified//For Official Use Only. NAVFAC Mid-Atlantic must retain all records of file transfers and receipts and forward those records to the Accrediting Agency. Any unassigned or unreported interested party who receives access to project drawings or related documents will automatically render that party ineligible for an award. Additionally, any interested party not selected for award will be required to delete documentation immediately and/or return all solid copy documentation provided by NAVFAC Mid-Atlantic and verify destruction of and/or return all documents. The construction of this project shall be accomplished by U.S. companies using U.S. citizens. At no time will the use of illegal immigrants/workers be authorized for use on this project. Use of non-U.S. citizens will be prohibited in all aspects of the project. Use of certain personnel may be prohibited, as follows: Association with terrorist countries as defined by the U.S. government Association with a foreign intelligence service posing unacceptable risk to the U.S. Government that cannot be mitigated; this includes, but is not limited to, association or citizenship with countries on the Security Environment Threat List (SETL). ACCESS TO VIEW RFP DOCUMENTS PROCEDURES: RFP documents, including amendments, will only be released via a secure website to only those contractors/subcontractors who have specifically requested the RFP and whose personnel have been approved for access. NAVFAC Mid-Atlantic shall distribute solicitation documents, project drawings and related project documents via password protected electronic media and/or via the Army SAFE File Transfer tool: AMRDEC SAFE. Only the designated POCs for each contractor/subcontractor will receive emails with the secure links to the RFP documents and amendments when issued. Designated POCs must be identified on company letterhead and included on the spreadsheet. Designated POCs may download and print RFP documents for distribution. All RFP documents may only be viewed by those individuals who have been approved for access. The Contracting Officer will notify the contractor of which employees have been approved. Requirements for Requesting Documents “ Both Items #1 and #2 (below) must be submitted no later than 10 May 2016 at 2:00 PM to ensure timely access to RFP documents when available. Requests submitted after this date will be processed (both prior to RFP and during the RFP process); however, be advised that requests after this date may affect the amount of time to view/respond to RFP documents. The vetting process could take 5-7 calendar days. 1. Each contractor/subcontractor that desires direct access to the documents must submit on company letterhead the following information: Name of Company (Full Name) Address CAGE Code Phone Number POC and Email Address Alternate 1 POC and Email Address (if desired) Alternate 2 POC and Email Address (if desired) Affirmative Statement that ACCESS OR COPIES OF ANY AND ALL RFP DOCUMENTS WILL BE PROVIDED ONLY TO THOSE INDIVIDUALS APPROVED BY THE U.S. GOVERNMENT PURSUANT TO THE STATED REQUIREMENTS. 2. For each individual intended to have access (view) to the RFP documents, the contractor submit completed biographical data using the attached P1280 Bio Info spreadsheet (P1280 Bio Info.xls). The following information is required on the spreadsheet: Full name (Last, First, Middle) and any aliases Company name Position/Title Social Security Number Place of Birth (city, state/province, country) Date of Birth Citizenship Information Alien Registration Number Passport Number Permanent Resident Visa Information Current residence address and telephone numbers. Email address. Do not complete the gray columns. The gray columns are for government use only. NAVFAC Mid-Atlantic is required to report biographical and citizenship data to the Accrediting Agency. No project documents will be distributed prior to approval from the Agency. The Contracting Officer will notify the firms of the disposition of the approval or disapproval prior to release of any RFP documents. It is the responsibility of the contractor/subcontractor to ensure that only approved personnel be given access to view the RFP documents (either electronically or in hard copy). All Personally Identifiable Information (PII) obtained for the purpose of vetting personnel shall be protected in accordance with the Privacy Act of 1974. OTHER INFORMATION: Please forward all inquiries to Mrs. Elizabeth Carmack via email at elizabeth.carmack@navy.mil All prospective Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) and the Online Representations and Certifications Application (ORCA) database (https://orca.bpn.gov). The U.S. Government will verify proper registration in SAM Database and ORCA to ensure offerors are eligible for Federal contract awards. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed/ renewed on an annual basis. Further information regarding NCACS is forthcoming. Contractors should plan accordingly when personally delivering proposals to the designated government installation for a one-day pass access. Please ensure your company personnel or delivery service can obtain access to the designated installation to avoid delays and access being denied by the pass and id office. Government employees are not responsible for and will not pick up contractor personnel or proposals external to the designated government agency or installation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ecda8f65bba37e7f4d1f673aca72d156)
 
Document(s)
Attachment
 
File Name: N4008516R5507_P1280_Bio_Info.xlsx (https://www.neco.navy.mil/synopsis_file/N4008516R5507_P1280_Bio_Info.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N4008516R5507_P1280_Bio_Info.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04087253-W 20160420/160418234503-ecda8f65bba37e7f4d1f673aca72d156 (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.