Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 03, 2009 FBO #2840
SOLICITATION NOTICE

C -- PROPOSED TASK ORDER DESIGN/BUILD Q891 SOF SMALL ARMS RANGE ( FT STORY) NAB LITTLE CREEK, NORFOLK VIRGINIA

Notice Date
9/1/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R5051
 
Response Due
10/7/2009
 
Archive Date
10/22/2009
 
Point of Contact
Kirsten I. Johnson 757-444-7170
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE TO CONTRACTORS UNDER THE DESIGN-BUILD/DESIGN-BID BUILD GENERAL MULTIPLE AWARD CONSTRUCTION CONTRACT (GMACC) FOR NEW CONSTRUCTION, RENOVATIONS, ALTERATION, AND REPAIR PROJECTS FOR FACILITIES IN THE HAMPTON ROADS AREA, VIRGINIA. CONTRACT NUMBERS: N40085-09-D-5019, 5020, 5021, 5022, 5023, 5026, 5027, 5033, 5034. This is a Best Value Source Selection Solicitation methods with tradeoffs. The design-build construction of a Small Arms Range is to provide a specialized operational training facility for Naval Special Warfare Group 2. The project is located at Fort Story, Virginia Beach, Virginia. The undeveloped site is located off of Hospital Road near the existing P-416 Close Quarter Combat (CQC) Trainer. The project will provide two main structures as a part of the project; approximately 30,000 Sq. Ft. Close Quarters Combat (CQC) Trainer and an Administration Building. Functional areas include training and administrative support areas, weapons support/prep areas, classroom/briefing rooms, operational storage, range control room, locker/shower areas and mechanical rooms. Supporting features include utilities (sewer, water, electric, natural gas); security lighting; fire protection; intrusion detection system; communications systems; local area network; specialized supply air and exhaust systems; specialized ballistic wall and roof systems for live fire; landscaping; and associated paving, parking, and site improvements. 1.The CQC trainer will be a live fire fully ballistic training facility. The facility will be comprised of a ballistic walls and roof systems. The layout of the CQC trainer is comprised of four special training zones to allow for multiple simultaneous training venues but can be configured to allow for a single training exercise. The CQC trainer provides catwalks to allow instructors to control and observe training operations. Internally, the project includes ballistic partitions, ballistic doors, bullet resistant opening protection. The CQC trainer will have a specialized ventilation system designed to remove harmful smoke and lead contamination from the interior of the spaces for the safety of the trainees. The interior zones and spaces have been established by the activity and layouts have been included with this Request For Proposal (RFP). 2.The administration building is provided to allow for pre and post training briefings and to provide an administration space for the site manager and the instructors. In addition, toilet and shower facilities will be provided. Building infrastructure support includes a fire alarm system, electrical distribution system, interior lighting systems, perimeter lighting system, telecommunication distribution system, HVAC mechanical distribution system, paving and parking areas. The interior spaces have been established by the activity and layouts have been included with this Request For Proposal (RFP). Item 0001 (Base Price) is to provide the entire work, complete in accordance with the Request for Proposal (RFP) and attached drawings and specifications for Project P-891 (WON 570902), Small Arms Range at Fort Story located in Virginia Beach, VA. The Design-Build Project includes all work as described in the RFP including Site Work, Close-Quarter Combat (CQC) Training Facility with attachable ballistic wall and roof (ceiling) partitions systems for perimeter walls and ceiling, and an Administration Building, but excluding work described in Bid Items 0002, 0003, 0004, 0005, 0006, 0007 and 0008: Item 0002, Provision of all work for the providing all labor, material, equipment, transportation and supervision required for the Furniture, Fixtures and Equipment (FF&E): Item 0003, Provision of all work for the providing all labor, material, equipment, transportation and supervision required for the Collateral Equipment Package: Item 0004, Provision of all work for the providin! g all lobar, material, equipment, transportation and supervision required for the Physical Security Equipment Systems (PSE), The following options are included: Item 0005, Option 1 Provide all work in connection with furnishing and installing all attachable interior ballistic wall partition systems located in the CQC Training Facility in Zone 1: Item 0006, Option 2 Provide all work in connection with furnishing and installing all reconfigurable interior ballistic wall partition systems located in the CQC Training Facility in Zone 2: Item 0007, Option 3 Provide all work in connection with furnishing and installing all reconfigurable interior ballistic wall partition systems located in the CQC Training Facility in Zone 3: Item 0008, Option 4, Provide all work in connection with furnishing and installing all reconfigurable interior ballistic wall partition systems located in the CQC Training Facility in Zone F: Item 0009, Option 5 providing all work in connection with furnish! ing and installing a 4' X 8' attachable ballistic wall partition unit complete with no opening. Item 0010, Option 6 providing all work in connection with furnishing and installing a 4' X 8' attachable ballistic wall partition unit complete with 3' X 3' opening. The Item 0001 Base bid will be funded by MILCON finds and following price line items will be funded by the SOCOM Defense Funds: Items, 0002, 0003, 0004, 0005, 0006, 0007, 0008, 0009 and 0010. The contract budget amount for this project, including the options, is $11,000,000. The Request for Proposal (RFP) will be issued on 02 September 2009. Tentative date/time for submission of proposals will be on or about 07 October 2009, 2:00 PM (EST). The solicitation will be listed as N40085-09-R-5051 on the Navy Electronic Commerce Online (NECO) site at: https://www.neco.navy.mil. A Vendor User Guide is available for download in the site, as well as the NECO Help Desk contact phone number for any issues/questions. Ensure you register in the site so you will receive emails applicable to your solicitation in the event of any modifications/amendments, and/or any changes regarding this solicitation and/or solicitations of interest. Primary POC: Kirsten I. Johnson, Phone: (757) 444-7170, Email: kirsten.johnson@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R5051/listing.html)
 
Record
SN01935290-W 20090903/090902003305-18f544ce99fc872bc46226f1b20c0199 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.