SOLICITATION NOTICE
Y -- Design/Build Bachelor Enlisted Quarters, Camp Lejeune, North Carolina
- Notice Date
- 7/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Atlantic, Headquarters, Facilities Support Contracts, 6506 Hampton Blvd Code AQ12, Norfolk, VA, 23508-1278
- ZIP Code
- 23508-1278
- Solicitation Number
- N62470-05-R-4109
- Response Due
- 8/29/2005
- Archive Date
- 9/13/2005
- Description
- This project will provide for a Design Build and Construction through a Best Value Source Selection to construct the following: Construct two separate three-story buildings for use as permanent party military bachelor housing. The buildings shall be designed and constructed to meet the requirements in UFC 4-721-10 (DESIGN: NAVY AND MARINE CORPS BACHELOR HOUSING). Each building shall contain 100 double-occupancy sleeping rooms along with required support spaces and shall be independent from the other. A total of 200 sleeping rooms will be included in the combined facilities allowing for a maximum occupancy of 400 enlisted military personnel. The sleeping rooms shall meet the requirements established under CHAPTER 6 ? MARINE CORP 2+0 ROOM of the UFC with the exception of the exterior walkways. The facility design shall incorporate interior corridors in lieu of exterior walkways. Due to the interior corridor preference, the actual room layout, while still meeting the requirements under Chapter 6, will be similar to the configuration shown for the Navy 2+0 Room in Chapter 5. Each room shall include a living/sleeping area, a semi-private bath to include a toilet and shower compartment, a service area to include cabinets, countertop and lavatory and two individual closets. The actual size of the spaces shall follow those set in Chapter 6 Marine Corp 2+0 Room. In addition to the sleeping/living rooms each building shall contain an entrance vestibule, entrance lobby with a public pay telephone, check-in area with built-in desk, a check-in office, a linen storage room, a general storage room, a large recreation room with vending space, public restrooms, laundry facilities, housekeeping rooms, mechanical rooms, electrical rooms, communication rooms, interior corridors, interior stairs, and a passenger elevator. The buildings shall be constructed on pile foundations. Exterior wall construction shall be CMU with masonry brick veneer. Interior walls shall be CMU. Provide a standing seam metal roofing system. Exterior materials and colors should compliment the surrounding buildings. Electrical requirements include area lighting, fire alarms, energy saving electronic and control systems (EMCS) and information systems including emergency mass notification. Mechanical systems include plumbing, fire protection systems, heating ventilation and air conditioning. Supporting facilities work includes site and building utility connections such as water, sanitary and storm sewers, electrical, telephone, Local Area Network (LAN) and cable television (CATV). Numerous site improvements include vehicle access drives, pedestrian sidewalks, grading and landscaping, relocation of existing ball field lighting, outdoor recreational areas, a greenway trail and storm water management for site drainage. A parking area for personal vehicles is not a requirement for P-151. Sustainable principles shall be incorporated into the design, development and construction of the project in accordance with Executive Order 13123 and other pertinent directives. The project scope also includes the demolition of numerous buildings and structures. The demolition list includes buildings M315, M501, M503, M506, M511, M512, M513, M518, M520, M621, M622 and M626. Offerors will be evaluated on both technical and price proposals. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest total price; and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Proposers should not assume they will be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. However, the Government may contact proposers for the purpose of clarifying aspects of their proposal. The Government also reserves the right to enter into discussions if deemed necessary, and if discussions are conducted the proposers will be afforded the opportunity to revise their proposals. The request for proposals and plans and specifications will be issued approximately 7/27/05. The solicitation is available in electronic format only. All documents will be in the Adobe Acrobat PDF file format via the Internet. The free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. The official access to the solicitation is via the Internet at http://www.esol.navfac.navy.mil. Contractors are encouraged to register for the solicitation when downloading from the NAVFAC E-Solicitations website. Only registered contractors will be notified by e-mail when amendments to the solicitation are issued. Technical inquiries shall be e-mailed to Maria Swift at maria.swift@navy.mil The estimated cost range is between $15,000,000 and $30,000,000. The North American Industry Classification System (NAICS) Code for this project is 236220 with a Size Standard of $28,500,000.00. This project is not set aside for small business.
- Place of Performance
- Address: Camp Lejeune, North Carolina
- Zip Code: 28542
- Country: USA
- Zip Code: 28542
- Record
- SN00844780-W 20050713/050711212306 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |