SOLICITATION NOTICE
Z -- Design-Build/Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services at Marine Corps Air Station (MCAS) Beaufort
- Notice Date
- 2/29/2024 6:30:22 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM MID-ATLANTIC NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008524R2518
- Archive Date
- 03/29/2024
- Point of Contact
- James Godwin, Phone: 7573411999
- E-Mail Address
-
james.a.godwin41.civ@us.navy.mil
(james.a.godwin41.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- This notice does NOT constitute a request for proposal, request for quote or invitation for bid. The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for an 8(a) Design-Bid-Build, Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for General Construction Services at Marine Corps Air Station (MCAS) Beaufort, Marine Corps Recruit Depot (MCRD) Parris Island, and NAS Beaufort (Naval Hospital) in South Carolina. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic and NAVFAC Atlantic if deemed necessary and approved by the NAVFAC Mid-Atlantic Chief of the Contracting Office. This solicitation has been approved by the NAVFAC Office of Small Business Programs and Small Business Administration (SBA) as an 8(a) set-aside. The appropriate Northern American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 � Commercial and Institutional Building Construction, and the Small Business Size Standard is $45,000,000. This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the lowest price technically acceptable continuum at FAR 15.101-2. The basis for evaluation and evaluation factors for award will be included in the solicitation. PROJECT DESCRIPTION: Construction projects to be performed under this MACC will require the ability to manage multiple task orders concurrently across MCAS Beaufort, MCRD Parris Island, and the Marine Corps AOR. This MACC will encompass a wide range of design-bid-build projects that include, but are not limited to, demolition, repair, replacement, modification, new construction, and renovation of buildings, systems and infrastructure for various facilities. Types of facilities may include, but are not limited to, administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, lodging, medical, training areas/ranges, roads, etc. Incidental work with specialty trades includes Mechanical/Electrical/Plumbing (MEP) systems including Heating Ventilating and Air Conditioning (HVAC) systems, boilers, high pressure steam distribution, electrical distribution, motors, generators, potable water distribution, sanitary sewer, storm water control, communications, and removal and disposal of asbestos or lead contaminated materials. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary. The Government intends to award no more than five (5) contracts resulting from this solicitation. This solicitation will result in a competitively negotiated firm fixed-price IDIQ MACC.� The aggregate value of all contracts awarded from any resultant solicitation is anticipated to be $50,000,000 over the base year and four option periods combined, not to exceed 60 months.� Task orders will be firm fixed-priced, normally in the range of $20,000 to $2,000,000 per order.� However, task orders under or over these amounts may be considered if deemed to be in the Government�s best interest and approved by the Contracting Officer. The Government guarantees an award of $5,000 to each successful Offeror over the full term of the contract, including option years. The initial project (�seed project�) that will be awarded as the first task order concurrently with the basic contract is Repair Building 1103 at MCAS Beaufort. This project will replace the roof, remove flaking interior lead based paint and repaint, replace doors and frames, replace roof ventilation fans and heaters, replace lights and provide EIFS exterior on Building 1103. Building 1103is a 1,108 SF CMU and steel constructed building constructed in 1986 (FCI 71). The facility houses the Runway Approach Lighting Electrical Equipment and associated emergency generator. Runway approach lighting is integral to the operation of the runway. All areas affected by this construction will be in compliance with applicable ATFP, Fire Suppression, Seismic, Accessibility, ASHRAE, and LEED codes and standards (as required) upon completion of the project. In accordance with FAR 36.204, the magnitude of construction for the seed project is between $250,000 and $500,000. The Request for Proposal (RFP) will be issued on or about 25 March 2024. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. 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://www.sam.gov. Questions regarding this notice should be directed to James Godwin, (757) 341-1999, Email: james.a.godwin41.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/aaa4109b949442c6924a48dfd4a57c93/view)
- Place of Performance
- Address: SC, USA
- Country: USA
- Country: USA
- Record
- SN06981498-F 20240302/240229230100 (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 |