Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2016 FBO #5325
SOLICITATION NOTICE

Y -- Combined 8(a)/HUBZone set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity Firm Fixed Price Multiple Award Construction Contract for MCAS Beaufort, MCRD Parris Island, SC

Notice Date
6/20/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008516R5502
 
Point of Contact
Holly Manning 757-341-0690
 
Small Business Set-Aside
N/A
 
Description
This notice does NOT constitute a request for proposal, request for quote, or an invitation for bid. The intent of this pre-solicitation synopsis is to notify potential offerors for a combined 8(a) / HUBZone set-aside Design-Build / Design-Bid-Build Indefinite Delivery Indefinite Quantity (IDIQ) Firm Fixed Price Multiple Award Construction Contract (MACC) for Marine Corps Air Station Beaufort, Marine Corps Recruit Depot, Parris Island and Naval Hospital Beaufort, South Carolina. Construction projects to be performed under this MACC will primarily consist of general building type projects and may be either be design-bid-build or design-build. General construction includes new construction, renovation, alteration, demolition, and repair work for industrial, warehouses, airfield, aircraft hangar, aircraft traffic control, infrastructure, administrative, training, dormitory, recruit barracks, mess facilities, assembly facilities, medical facilities and community support facilities. The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications for each task order. Area of Responsibility includes Marine Corps Air Station Beaufort and Marine Corps Recruit Depot Parris Island area managed by NAVFAC Mid-Atlantic. Work may be required in other areas in the area of responsibility of NAVFAC Mid-Atlantic if deemed necessary and approved by the Chief of Contracts. The Government intends to award no more than six (6) contracts resulting from this solicitation to the responsible offerors whose proposals represent the best value after evaluation in accordance with the factors in the solicitation. Up to three (3) contracts will be awarded to an 8(a) offeror and up to three (3) contracts will be awarded to a HUBZone offeror. During the best value deliberation for the award of these contracts, 8(a) offerors will be evaluated against 8(a) offerors and HUBZone offerors will be evaluated against HUBZone offerors to determine the most competitive offerors under each program. However, all contractors submitting proposals in response to requests for proposal for task orders will be evaluated together. The proposed contract is limited to certified HUBZone firms and 8(a) firms in the South Carolina or Georgia District Offices of the Small Business Administration. The Government will not consider offers from firms outside of the stated Districts. 8(a) firms that are not serviced by these districts, but have a bona fide place of business (as defined by SBA) within the geographic area stated is also eligible to submit offers. 8(a) firms must consult its servicing District Office regarding the establishment of a bona fide place of business or status of a previously established bona fide place of business. All other firms are deemed ineligible to submit offers. The duration of the contract(s) is for one (1) year from the date of contract award with four (4) one-year option periods. The total five-year (base and four one-year options) estimated construction cost for all contracts is not to exceed $95,000,000.00 for the life of the contract. Projects for the MACC have an estimated construction cost between $150,000 and $5,000,000; however, smaller and larger dollar value projects may be considered at the discretion of the Contracting Officer. The Government guarantees an award amount of $5,000.00 to each successful offeror over the full term of the contract, including option years. The initial project to be awarded as the first task order along with the basic contract will be Design Bid Build Repair/Improve Aircraft Recovery, Building 1039 at Marine Corps Air Station Beaufort, South Carolina. BE1706M Repair Aircraft Recovery Building 1039: The work includes replacement of existing roof, gutters and downspouts; repair of the existing building exterior finish and building envelope by installing EIFS; repair of the existing interior wall and ceiling finishes in the two story section of the facility; replacement of one existing central water source heat pump AHU serving a portion of the facility, repairs of existing ductwork and air outlets, and repositioning of 2 water source heat pumps; replacement of exterior man doors and frames; and replacement of existing service bay doors. BE1706R Improve Aircraft Recovery Building 1039: The work includes modification to create new berthing space to the single-story section of the facility. Work includes new wall, ceiling, and floor finishes in newly created space; adjustment to mechanical, electrical, and fire alarm systems as required; installation of a new electric stove, range hood and associated cabinetry; repair interior finishes affected by construction. New work shall include new floor covering in classroom, crew lounge/kitchen, corridor and office spaces. The cost range for this seed project is between $1,000,000 and $5,000,000 The NAICS Code is 236220;$36.5M Competition Requirements: HUBZone and 8 (a) Set-Aside Procurement Method: Contracting by Negotiation Source Selection Process: Best Value, Tradeoff Type of Contract: Firm Fixed Price, IDIQ Offerors will be required to submit with their proposal a bid guarantee in a penal sum equal to at least 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. The Request for Proposal (RFP) will be issued 05 July 2016. The solicitation will be listed as N4008516R5502 on the Navy Electronic Commerce Online website (NECO). A Vendor User Guide is available for download at the site, as well as the NECO Help Desk contact phone number for any issues/questions related to the website. Ensure you register with 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: Holly Manning, Phone: (757) 341-0690, Email: holly.manning@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/365b9677d439d47326b100afda3716ee)
 
Record
SN04156043-W 20160622/160620235019-365b9677d439d47326b100afda3716ee (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.