Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
DOCUMENT

C -- P3001 New Operations Facility for Joint Air Defense Operations Center (JADOC), Joint Base Andrews, Camp Springs, MD - Attachment

Notice Date
7/12/2017
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40080 NAVFAC Washington 1314 HARWOOD STREET Bldg 212 WASHINGTON, DC
 
Solicitation Number
N4008017R4931
 
Point of Contact
Myeshia Daniels 202-685-8411
 
Small Business Set-Aside
N/A
 
Description
The Naval Facilities Engineering Command Washington intends to issue a Request for Proposals (RFP) for a Design-Bid-Build construction, firm fixed-price, contract for the P3001 New Operations Facility for Joint Air Defense Operations Center (JADOC), Joint Base Andrews, Camp Springs, MD THIS IS NOT A REQUEST FOR PROPOSAL. The anticipated requirement will be issued as a SMALL BUSINESS SET-ASIDE under RFP N40080-17-R-4931. The RFP is expected to be posted to Navy Electronic Online Commerce (NECO) at https://www.neco.navy.mil Federal Business Opportunities (FBO) at www.fbo.gov on or about the week of July 31, 2017. This RFP will be solicited utilizing a single-phase competitive procurement, negotiation procedures under FAR Part 15. Evaluation will be conducted utilizing the Lowest Priced Technically Acceptable (LPTA). The Government intends to award one (1) firm fixed-price contract. The North American Industry Classification System (NAICS) Code is 236220. In accordance with FAR 36.204, the construction magnitude of this project is estimated between $1,000,000 and $5,000,000. Project Description: P3001 New Operations Facility for Joint Air Defense Operations Center (JADOC), Joint Base Andrews, Camp Springs, MD The project is for construction of a new operations facility for the Joint Air Defense Operations Center (JADOC) Satellite Site at Joint Base Andrews. The facility will be designed as permanent construction in accordance with UFC 1-200-01, General Building Requirements . The facility includes a secure launch area, a security/support facility, appropriate GOV/POV parking areas, and access road. The launch area includes a concrete pad and a flat clear zone. The pad will need road access from the security/support facility. A security fence will encompass the support facility, clear zone, and launch pad. Ground work will be required to level out the ground for the platform, and a berm will be required to peent slumping and erosion from the nearby stream. Trees and standing objects will be removed to allow for 30 degree vertical clearance for the launch pad. Power, water, sewer, communication and any other necessary utilities will be provided to the site and all other necessary work to provide a complete and usable product. Demolish the existing JADOC facility on base. Comply with DoD minimum antiterrorism standards for building per UFC 4-010-01. The project includes approximately 9500 square meters of construction. **************************************************************************************************** The Government intends to post all notices/amendments related to this solicitation on the Navy Electronic Commerce Online (NECO) at https://www.neco.navy.mil and the Federal Business Opportunities at www.fbo.gov. All interested firms must be registered on the NECO or FBO web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the Offeror to check the website daily for any updates/amendments. Prospective Offerors will have access to the solicitation at the FBO web site by searching for solicitation number N4008017R4931 (no hyphens). Offerors are encouraged to check the FBO web sites frequently in order to be notified of any changes to this solicitation. All Offerors must be registered in the System for Award Management (SAM) at www.sam.gov to be considered for contract award. In order to register in SAM, Offerors must have a Dun and Bradstreet (DUNS) Number from http://fedgov.dnb.com/webform and a Commercial and Governmental Entity (CAGE) Code from http://www.dlis.dla.mil/Forms/Form_AC135.asp. It is highly encouraged for Offerors to begin the SAM registration process as early as possible. Point-of-contact for this Pre-Solicitation Notice: Myeshia Daniels E-Mail: Myeshia.daniels@navy.mil Telephone: (202) 685-8411
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62477/N4008017R4931/listing.html)
 
Document(s)
Attachment
 
File Name: N4008017R4931_P3001_JADOC_Pre_Solicitation_Notice.pdf (https://www.neco.navy.mil/synopsis_file/N4008017R4931_P3001_JADOC_Pre_Solicitation_Notice.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N4008017R4931_P3001_JADOC_Pre_Solicitation_Notice.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04577388-W 20170714/170712235643-8bc6a836f3c0433e5e40cddad219eaf8 (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.