Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2020 SAM #6714
SOLICITATION NOTICE

Y -- Y--Design-Bid-Build as well as Building Demolition for P1457 Cryogenics Facility Marine Corps Air Station (MCAS), Beaufort, South Carolina.

Notice Date
4/15/2020 7:55:15 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
N4008519R9020
 
Response Due
7/1/2020 11:00:00 AM
 
Archive Date
10/01/2020
 
Point of Contact
Kristy Wright, Phone: 7573411644
 
E-Mail Address
kristy.l.wright1@navy.mil
(kristy.l.wright1@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N40085-19-R-9020 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 a Design-Bid-Build (DBB) construction project, Demolition and Building for P457 Cryogenics Facility, Marine Corps Air Station (MCAS), Beaufort, South Carolina. PROJECT DESCRIPTION: The project is to construct a new, low-rise cryogenics facility. Construction of the cryogenics facility is generally described as reinforced concrete masonry unit (CMU) wall system with an exterior split-faced CMU veneer, concrete pile foundations, interior walls of CMU and a standing seam metal roof system. The cryogenics facility includes an administration / maintenance section and a liquid oxygen/ nitrogen production section. Project also constructs a covered storage area for gas cylinder storage. Built-In Equipment includes lockers, display cases and shelving. The AT/FP includes standard force protection measures such as mass notification systems, emergency shutoffs for ventilation systems, laminated windows, blast resistant construction including windows, doors and frames, emergency lighting and signage. Site Preparations include removal of contaminated earth, earthwork, site fill, site demolition at Bldg 898 and Bldg 702, and cryogenic tanks removal. Paving and Site Improvements include concrete pavement, asphalt parking, landscaping, storm water management, equipment shelter and a dumpster pad. Oxygen/nitrogen filling stations, and storm water piping. The filling stations provide cover for the pipe works and storage for cylinders. This solicitation is being advertised as a total small business set-aside. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the Lowest Price Technically Acceptable Source Selection Process at FAR 15.101-2.� The basis for evaluation and evaluation factors for award will be included in the solicitation.� Large business concerns will not be considered. In accordance with DFAR 236.204, the magnitude of construction for this project is between $5,000,000 and $10,000,000.� 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 $36,500,000. A Sources Sought Notice was issued on 29 November 2018 to determine the capability of small businesses to perform the requirement. This notice yielded (2) responses. Additionally, a blind copied email was sent to all businesses identified with the DSBS search, with no responses. Follow up research was conducted by the Small Business Representative and (15) potential companies were discovered. Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that there is 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 concurs with this decision. The drawings and specifications for this project will be posted with the solicitation and are not available at this time.� The Request for Proposal (RFP) will be issued on or about June 2020.� All documents will be in Adobe PDF file format and downloadable from the FED BIZ OPPS (FBO) website.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official address to the solicitation is https://www.fbo.mil. 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://www.sam.gov. Questions regarding this notice should be directed to Kristy Wright at kristy.l.wright1@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b8fc60c35614f4eb16c206d58e66dfb/view)
 
Place of Performance
Address: Beaufort, SC, USA
Country: USA
 
Record
SN05621937-F 20200417/200415230157 (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 |
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.