SOLICITATION NOTICE
Y -- Presolicitation Notice - P199 Design-Build Aircraft Maintenance Hangar and P235 Design-Bid-Build Flightline Utility Modernization, Marine Corps Air Station, Cherry Point, North Carolina
- Notice Date
- 2/21/2019
- Notice Type
- Synopsis
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, MARINE CORPS IPT 9324 Virginia Avenue Norfolk, VA
- ZIP Code
- 23511
- Solicitation Number
- N4008518R0644
- Archive Date
- 2/20/2020
- Point of Contact
- Elizabeth Carmack 757 341 1654 Elizabeth.carmack@navy.mil
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE SOLICITATION NUMBER: N4008518R0644 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to provide notice of a proposed contract action for P199 Design-Build Aircraft Maintenance Hangar and P235 Design-Bid-Build Flight Line Utility Modernization, Marine Corps Air Station, Cherry Point, North Carolina. PROJECT DESCRIPTION: This solicitation will result in a firm-fixed price (FFP) contract for both design build (DB) and design-bid-build (DBB) construction services. This contract will provide construction of two military construction projects: P199 Design-Build Aircraft Maintenance Hangar and P235 Design-Bid-Build, Flight line Utilities at Marine Corps Air Station, Cherry Point, North Carolina. The projects are established in support of the Marine Corps F35 Program. Project P199 will provide a two-story low rise two squadron module Type I Aircraft Maintenance Hangar for the F-35B aircraft, and a Paraloft Facility. For the two buildings; design, construction, commissioning, requisite demolition, and site work will be required. P235 will upgrade, renovate and modernize base utilities to serve future airfield facilities. Utility work includes fire protection lines, water storage tanks, potable water lines, communication lines, fuel distribution, and steam distribution. It will also provide one building to include a fire pump building. For this building, provide construction, requisite demolition and site work. This solicitation is being advertised as Unrestricted for full and open competition. The contract will be procured using FAR Part 36.3, Two-Phase Design Build Selection Procedures and FAR Part 15, Contracting by Negotiation, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. This acquisition will use the best value continuum at FAR 15.101-1, Best Value Source Selection, Trade Off Process. The basis for evaluation and evaluation factors for award will be included in the solicitation. Large business concerns are required to submit a subcontracting plan prior to award of the contract. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 236220 “ Commercial and Institutional Building Construction, and the Small Business Size Standard is $36,500,000. In accordance with DFARS 236.204, the magnitude of construction for this project is between $250,000,000 and $500,000,000. This office anticipates award of a contract for these services by 30 September 2019. A sources sought synopsis was published to the Navy Electronic Commerce Online and Federal Business Opportunities (FBO) websites seeking large business, small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including 8(a) participants), and women-owned small business concerns interested in performing the requirements of this solicitation. Based on the market research conducted for this procurement, there is not a reasonable expectation that two or more capable small businesses will propose on this requirement. Successful award and completion of the requirements can be achieved by soliciting this contract as full and open competition. A DD2579 Small Business Coordination Record recommending full and open competition was approved by the NAVFAC MIDLANT Deputy for Small Business on 4 October 2018. On 4 October 2018, the Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation. The drawings and specifications for this project will be posted with the solicitation and are not available at this time. The Request for Proposal (RFP) will be issued on or about 19 March 2019. All documents will be in Adobe 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. 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 free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://www.sam.gov. Questions regarding this notice should be directed to Elizabeth Carmack at elizabeth.carmack@navy.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/e2fe673704866b6ba8217030079a20b2)
- Record
- SN05228134-F 20190223/190221230014 (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 |