Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
SOLICITATION NOTICE

Y -- Design-Build construction services for Q777 Applied Instruction Facility, Joint Expeditionary Base Little Creek-Fort Story, Virginia.

Notice Date
10/14/2016
 
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
N4008517R0301
 
Point of Contact
Sidnia Finke 757-341-1655 sidnia.finke@navy.mil
 
E-Mail Address
/
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. IT IS A PRE-SOLICITATION NOTICE. The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Build construction services for Q777 Applied Instruction Facility, Joint Expeditionary Base Little Creek-Fort Story, Virginia. The total estimated cost for this project is between $10,000,000 and $25,000,000. This project will be solicited as a competitive full and open procurement. The appropriate NAICS Code is 236220. This will be a Design-Build (DB/BVSS 2-Step) solicitation. DESCRIPTION OF ACQUISITION This acquisition will result in a Firm Fixed Price (FFP) contract for design and construction services. Q777: This project includes new construction and renovation. This project will design and construct two new buildings: a 20,000 square foot multi-story applied instruction facility at Joint Expeditionary Base Little Creek, Virginia Beach, Virginia and a second 20,000 square foot multi-story applied instruction facility at Fort Story, Virginia Beach, Virginia. This project will also renovate Buildings 1081 and 1082, approximately 43,000 square feet total, at the applied instruction facility at Fort Story, Virginia Beach, Virginia. The facilities will support a variety of functions including applied instruction, dive operations, operational gear storage and administrative. The project will include all pertinent site improvements, site preparations, mechanical and electrical utilities, telecommunications, pile foundation, emergency generator, landscaping, irrigation, fencing, drainage, parking, road reconfiguration, exterior lighting and removal of two modular facilities. Project work is in a secure area requiring additional security clearances and escorts, and badges. Both new facilities will be constructed using a structural steel frame, rib blocked exterior wall system, pile foundation system, grade beam foundation, concrete slab, and modified bitumen roofing system on a steelframed supported slab. The new facilities will contain administrative rooms, learning class rooms, industrial dive rooms, command office rooms, restrooms and utility rooms. The renovation work will include selective demolition and installation of interior partitions, exterior walls and doors, Heating Ventilation and Air Conditioning Systems, Fire Sprinkler systems, Fire Alarm systems and interior and exterior utility systems. The project requires the installation of an extensive audio visual system, an access control system, an electronic security system, and a physical security system in the new buildings. Electrical utilities include primary and secondary distribution systems, lighting, transformers, and telecommunications infrastructure. Mechanical utilities include water lines, plumbing and plumbing fixtures, sanitary sewer lines, fire protection systems and supply lines. After turnover of the new facility at Joint Expeditionary Base Little Creek, the project will demolish two modular facilities. The construction and renovation work will occur simultaneously at both locations. Operations and maintenance support information (OMSI) is included in this project. Department of Defense and Department of the Navy principles for high performance and sustainable building requirements will be included in the design and construction of this project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate. The approximate Solicitation Release Date of the solicitation is anticipated to be 31 October 2016 and will be posted on the Navy Electronic Commerce Online (NECO) website under solicitation number N40085-17-R-0301. 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 NECO website. The official address to the solicitation is https://www.neco.navy.mil. 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 sources sought notice was posted on 09/20/2016 under solicitation N40085-17-R-0301 to determine availability and capability of businesses to perform the requirement. Based on market research results, the procurement will be solicited as an unrestricted procurement with full and open competition. NAVFAC Mid-Atlantics Office of Small Business Programs concurs with the determination to solicit as an unrestricted procurement. THIS WILL BE A COMPETITIVE FULL AND OPEN SOLICITATION. All prospective Offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) and the Online Representations and Certifications Application (ORCA) database (https://orca.bpn.gov). Contractors will be searched against the https://www.sam.gov 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 Ms. Sidnia Finke via Email at sidnia.finke@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008517R0301/listing.html)
 
Record
SN04304551-W 20161016/161014233714-3b6fc4e9f1fcef9bde679b789237b1c1 (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.