SOLICITATION NOTICE
Y -- Alert Facility and Alert Apron
- Notice Date
- 8/5/2020 8:49:34 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
- ZIP Code
- 32212-0030
- Solicitation Number
- N69450-20-R-0129
- Response Due
- 8/5/2020 12:00:00 AM
- Archive Date
- 08/20/2020
- Point of Contact
- Cynthia McMonigle, Phone: 9045426173, Rebecca Jones
- E-Mail Address
-
cynthia.mcmonigle@navy.mil, rebecca.m.jones@navy.mil
(cynthia.mcmonigle@navy.mil, rebecca.m.jones@navy.mil)
- Description
- THIS IS A PRE-SOLICITATION NOTICE ONLY. The solicitation will be available on or about August 20, 2020 at https://www.beta.sam.gov. The Solicitation Number is N69450-20-R-0129, Alert Facility and Alert Apron, Naval Air Station (NAS) Joint Reserve Base (JRB) New Orleans, Louisiana. Project Description: The work to be performed includes the construction of an Aerospace Control Alert Facilities and Alert Apron utilizing conventional design and construction methodsto accommodate the mission of the facility. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements.� The facility should be compatible with applicable Department of Defense (DoD), Air Force, and Base design standards. In addition, local materials and construction techniques shall be used where cost effective. This project will comply with DoD antiterrorism/force protection requirements per unified facilities criteria. Special Construction Requirements for the Aerospace Control Alert Facilities include: two aircraft shelters with drive-through capability, installed heating, fire suppression, metal walls, and standing seam metal roof. Aircrew alert quarters/mission support structure with Alternate Command Post capabilities, a secure area, and entry control facility. Provide standby power for the site. Provide pile foundations and site preparation including surcharging. Special Construction Requirements for the Aerospace Control Alert Apron include: provide all utilities, communication support, site improvements, exterior lighting, lightning protection, and security upgrades. Parking apron for two alert ready aircraft. Erect security fencing, access gates, provide airfield lighting, security lighting with controls and communications and electrical conduit.� Provide pile foundations. Provide site preparation to include soil dewatering as required. The period of performance will begin at contract award and be for duration of 1300 calendar days. The solicitation utilizes source selection procedures, which require offerors to submit a technical proposal, past performance and experience information, and a price proposal for evaluation by the Government. Award will be made to the offeror whose total price and technical proposal offers the best value to the Government. Competition Requirements: Unrestricted basis, under full and open competition Procurement Method: FAR Part 15, Contracting by Negotiations Type of Contract: Firm-Fixed Price The NAICS Code for this procurement is 236220 � Commercial and Institutional Building Construction and the annual size standard is $39.5 million. Large business concerns are required to submit a subcontracting plan prior to award of the contract. Project Magnitude is between $25,000,000 and $100,000,000. This is a new procurement. It does not replace an existing contract. Offerors can view and/or download the solicitation, and all attachments, at https://www.beta.sam.gov when it becomes available. No electronic or hardcopies of the solicitation, drawings, specifications, attachments, additional documents, etc. will be provided.� It is the Offerors responsibility to check beta.sam.gov periodically for the solicitation and any amendments. A Pre-Proposal Conference and Site Visit will be held. Details on the site visit will be provided in the solicitation. Proposals will be due no earlier than 30 days after the solicitation is released (exact date and time will be specified in the solicitation).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4c515b4b54bb4c1bb13258de679be89b/view)
- Place of Performance
- Address: New Orleans, LA, USA
- Country: USA
- Country: USA
- Record
- SN05746106-F 20200807/200805230155 (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 |