SOLICITATION NOTICE
Y -- Hurricane Florence Recovery Support and Applied Instruction Facilities at MCB Camp Lejeune
- Notice Date
- 2/20/2020 8:16:02 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008519R9255
- Archive Date
- 09/30/2020
- Point of Contact
- HOLLY SNOW, Phone: 7573411046, John Bishop, Phone: 7573411979
- E-Mail Address
-
HOLLY.SNOW@NAVY.MIL, john.p.bishop1@navy.mil
(HOLLY.SNOW@NAVY.MIL, john.p.bishop1@navy.mil)
- Description
- This notice does NOT constitute a request for proposal, request for quote, or invitation for bid.� The intent of this synopsis is to make notice of a proposed contract action for Hurricane Florence Recovery MILCON Package 5, ""Hurricane�Florence Recovery Support and Applied Instruction Facilities�at MCB Camp Lejeune, North Carolina (NC)"".� Package 5 consists of Hadnot Point Mess Hall Replacement (P883F), Courthouse Bay Fire Station Replacement (P1203F), Marine Corps Engineering School (MCES) Applied Instruction Facility Replacement (P1312F), Replace Naval Criminal Investigative Service (NCIS) Facilities (P1506F), Fire Station Replacement Hadnot Point (P1518F), Legal Services Support Section (LSSS) Facility Replacement (P1519F), and Provost Marshall Office (PMO) Facility Replacement (1533F). PROJECT DESCRIPTION:� This solicitation will result in a firm-fixed price (FFP) contract for design-build (DB) construction services. This Package includes the following MILCON Projects: P883F � Hadnot Point Mess Hall Replacement Constructs a 28,000 square foot, low-rise 550 seat dining facility with structural steel frame, reinforced masonry walls, brick veneer, reinforced concrete foundation and floor system, standing seam metal roof, and building insulation to include walk-up window. Also constructs a 270,000 square foot multi-story parking garage with structural steel frame, reinforced masonry walls, brick veneer, and reinforced concrete foundation and floor system.� Site improvements include demolition, utilities, and parking. P1203F - Courthouse Bay Fire Station Replacement Constructs a 15,500 square foot low-rise satellite Fire Station at Courthouse Bay. Construction will be of reinforced concrete masonry unit on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs. The complex will include administrative spaces, storage, alarm communication center, living quarters, recreation/dining, laundry, and vehicle maintenance/storage bays.� Site improvements include demolition, utilities, and parking. P1312F � MCES Applied Instruction Facility Constructs a 62,000 square foot multi-story applied and academic instruction facilities of reinforced concrete masonry unit on concrete pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roofs; a 2,400 square foot outdoor covered classroom, a 2,400 square foot hazardous material storage building.� Site improvements include demolition, utilities, and parking. P1506F � Replace NCIS Facilities Constructs a 20,500 square foot administrative and secured storage facility for NCIS. Constructs a multi-story Administrative Facility with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The facility includes administrative and support space necessary to conduct the day-to-day operations of NCIS. Site improvements include demolition, utilities, and parking. P1518F � Fire Station Replacement, Hadnot Point Constructs a 17,500 square foot fire station.� Construction will be of reinforced concrete masonry unit on pile foundations with structural steel framing, reinforced masonry walls, brick veneer, reinforced concrete foundation and floors, and standing seam metal roofs. The complex will include administrative spaces, storage, alarm communication center, living quarters, recreation/dining, laundry, and vehicle maintenance/storage bays. Site improvements include demolition, utilities, and parking. P1519F - LSSS Facility Replacement Constructs a 29,000 square foot multi-story LSSS Facility of reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors and standing seam metal roof. The facility includes administrative and support space necessary to conduct the day-to-day operations of LSSS. Site improvements include demolition, utilities, and parking. P1533F � PMO Facility Replacement Constructs a 48,500 square foot Military Police facility and supply warehouse for military and civilian police forces aboard Camp Lejeune. Constructs low-rise steel frame police facility with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The police facility includes armory, administration, communication, finger print room, laboratories, file space, storage, training and briefing area and miscellaneous related support areas.� Site improvements include demolition, utilities, and parking. The anticipated completion time for this contract is 1,826 calendar days after award. This solicitation is being advertised as ""Unrestricted"" for full and open competition. This is a two phase source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value continuum process at FAR 15.101-1, tradeoff. The solicitation evaluation factors for the award will state that all technical factors, when combined, are of equal importance to past performance; and all evaluation factors other than price, when combined, are significantly more important than price. It is anticipated that Phase 1 will include the following non-price evaluation factors: Technical Approach, Corporate Experience, and Past Performance.� It is anticipated that Phase 2 will include the following non-price evaluation factors: Technical Solution, Project Management/Schedule, and Small Business Utilization.� Phase 2 will include the Price evaluation factor.�� Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $39,500,000.� In accordance with DFARS 236.204, the magnitude of construction for this requirement is between $250,000,000 and $500,000,000. This office anticipates award of a contract for these services by 16 September 2020. Market Research was conducted in accordance with FAR 10.002(b) and included an Industry Day held in Charlotte, North Carolina on 20 August 2019.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is not a reasonable expectation that an adequate number of Small Business firms would respond to or be qualified to perform the requirements of this solicitation.� NAVFAC Mid-Atlantic�s Office of Small Business Programs concurred with this decision on 04 September 2019. The drawings and specifications for this project will be posted with the Phase 2 solicitation amendment and are not available at this time.� The Request for Proposal (RFP) will be issued on or about 19 December 2019.� Documents will be in Adobe PDF file format and downloadable from the Beta SAM (beta.sam.gov) website. �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.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in the System for Award Management (SAM).� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://beta.sam.gov. Questions regarding this notice should be directed to Holly Snow at holly.snow@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dc5e2bcf5cbf427c8e7e42b661453f2f/view)
- Place of Performance
- Address: NC, USA
- Country: USA
- Country: USA
- Record
- SN05566901-F 20200222/200220230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |