Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOLICITATION NOTICE

Y -- P311 PARALLEL TAXIWAY, P688 APRON EXPANSION, PHASE II, P683 HANGAR, P687 MV-22 MAINTENANCE HANGAR, MARINE CORPS BASE CAMP LEJEUNE, NORTH CAROLINA

Notice Date
5/27/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 6506 Hampton Boulevard Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008509R3238
 
Archive Date
1/31/2011
 
Point of Contact
Keith Logan 757-322-4080 (Primary) Keith Logan 757-322-4080 keith.o.logan@navy.mil; Sharon Taylor 757-322-8258
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A PRE-SOLICITATION NOTICE. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Bid-Build and Design-Build construction services for the P311 PARALLEL TAXIWAY, P688 APRON EXPANSION, Phase II, P683 HANGAR, P687 MV-22 MAINTENANCE HANGAR project in Camp Lejeune, North Carolina area. The estimated budget for this project is $166,880,940. This is a Full & Open Competition. The appropriate NAICS Code is 236220 & 237310. This will be a Design-Build (DB) & Design-Bid-Build (DBB), Two-Phase Best Value Source Selection (BVSS) solicitation. When the actual solicitation is issued, full plans and specifications will be available from either www.fbo.gov or https://www.neco.navy.mil websites during Phase II. P-311 - Construct a 6000 ft asphalt taxiway with connections to Runway 1/19, Alpha Taxiway, and Delta Taxiway, providing egress from runways to existing and proposed apron areas. Project includes permanent airfield markings, and taxiway lighting. Site preparations include relation of utilities from Curtis Road, Site excavation, fill and storm-water management. Sustainable design principles will be included in the design and construction of the project in accordance with the Energy Policy Act of 2005. Design will be provided to the contractor. (Design Bid Build) P-688 - Construct 175,000 square meters (1,883,684 square feet) of aircraft parking apron to support additional requirements created by the introduction of the MV-22 aircraft and the relocation of additional operational squadrons to MCAS New River. Apron will consist of reinforced concrete with mooring eyes and grounding points. Electrical utilities will include apron perimeter lighting, electrical duct bank, and electrical manholes. Paving and site improvements include filling, grading, ditch relocation, relocation of existing youth ballfield complex, landscaping, relocation of existing compass rose (navigation calibration aide), and storm water pond management. Sustainable design principles will be included in the design and construction of the project in accordance with the Energy Policy Act of 2005. Design will be provided to the contractor (Design Bid Build). P-683 and P-687 - Construct (Design Build) a multi-story modified Type II Aircraft Maintenance Hangar (263,000 Square Feet) to provide hangar bay, shop space, flight line operations, two aircraft wash racks, and maintenance functions. The hangar will include a multi-story crew/equipment/administrative area at the rear of the hangar bay. Primary facility will be steel frame construction with suspended cantilever trusses supporting the hangar bay roof with a fabric hangar door. Roof will be a standing seam metal roof over rigid insulation on steel deck supported by steel joists. Second floor framing will be concrete on steel floor decking. Exterior walls will be metal siding on the hangar bay and concrete masonry on the operations/administrative area with thermally efficient windows and doors. Ground floor will be slab on grade with embedded grounding grid and floor drainage system in the hangar bay. Built-in equipment includes an elevator and two 7 ton bridge cranes with 42' hook height. Electrical systems include: Power, lighting, aircraft grounding, and fire alarm. Mechanical utilities include: Water, sewer, gas distribution, fire pump, sprinklers, aqueous film-forming foam system and containment, compressed air system, and HVAC. Information systems include: Telephone, data, local area network, voice/data communication and mass notification, secure information systems, naval aviation logistics command maintenance information system, electronic key management system and Sensitive Compartmented Information Facility vault, and weather vision systems. Construct a multi-story precast concrete privately owned vehicle (POV) parking garage (Capacity 1254 Vehicles) with access ramps and pile supported reinforced concrete foundations. Electrical systems include: power, lighting, lightning protection, and fire alarm. Supporting facilities include: Site lighting, paved POV parking, access roadways, excavation, grading, sidewalks, miscellaneous concrete pads, storm-water management system, clearing and grubbing, earthwork, new access roads, roadway and utilities relocations, landscaping, building and roadway signage, new aircraft paving, and flight-line fencing. Site utility distribution systems include: electrical power, domestic water, fire protection water, sanitary sewer, storm-water management, steam, fire alarm, telephone communication, fiber optics, and cable television. The project will conform to anti-terrorism/force protection standards and follow LEED, low impact development and Federal Energy Acts compliance criteria for design, development, and construction of the project. This project includes environmental mitigation. The approximate Solicitation Release Date is anticipated to be no later than late June 2010, and will be posted on the NECO and FEDBIZOPPS websites. This solicitation, including all specifications, will only be available in downloadable electronic format. ALL DOCUMENTS will be in the Adobe Acrobat PDF file format and downloadable from the Navy Electronic Commerce Online (NECO) website. The official address to the solicitation is https://www.neco.navy.mil or www.fbo.gov. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. THIS IS A FULL & OPEN COMPETITION. All prospective offerors must be registered in the Central Contractor Registration (CCR) database (www.ccr.gov) and the Online Representations ad Certifications Application (ORCA) database (https://orca.bpn.gov ). Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for Federal contract awards. 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. Please forward technical inquiries to Mr. Keith Logan via EMAIL at keith.o.logan@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008509R3238/listing.html)
 
Record
SN02162364-W 20100529/100527235302-73f7604417c7881331e6cbafa473580a (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.