Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2021 SAM #7126
SOLICITATION NOTICE

Y -- P303, DESIGN-BID-BUILD, MARINE CORPS RESERVE CENTER, CAMP FRETTERD MD

Notice Date
6/3/2021 7:06:44 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAV FAC ENGINEERING CMD WASHINGTON WASHINGTON NAVY YARD DC 20374-5018 USA
 
ZIP Code
20374-5018
 
Solicitation Number
N4008021R6986
 
Response Due
6/14/2021 11:00:00 AM
 
Archive Date
06/29/2021
 
Point of Contact
Janine C. Queen, Phone: 2026858002, Lindsay M. Brown
 
E-Mail Address
janine.queen@navy.mil, lindsay.naill@navy.mil
(janine.queen@navy.mil, lindsay.naill@navy.mil)
 
Description
May 27, 2021 THIS NOTICE DOES NOT CONSTITUE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID.� NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. The Naval Facilities Engineering Command (NAVFAC) Washington intends to issue a Solicitation for a Firm Fixed-Price, construction contract for P-303, Design Bid- Build, Marine Corps Reserve Center, Camp Fretterd, MD�� Project Description: This project consist of constructing a new single-story reserve center facility to support the function at Marine Corps Reserve Center, Camp Fretterd. The project also constructs a single-story vehicle maintenance facility and a new single-story organic storage. The primary facility will provide a construction of a single story Marine Corps Reserve Center (35,130 SF) with reinforced concrete slab on grade and shallow reinforced concrete foundations, concrete block and steel frame, brick masonry exterior and sloped standing seam metal roof.� Building includes an armory, drill hall, lockers and showers, classrooms, fitness center, supply storage, offices, and a covered weapons cleaning area. Constructs a single story vehicle maintenance facility (10,968 SF) with reinforced concrete slab on grade and shallow reinforced concrete foundations, concrete block and steel frame, brick masonry exterior and sloped standing seam metal roof.� Building includes vehicle bays, offices and carpentry shop and associated outdoor vehicle wash platform. Constructs a single story organic storage shed (4,000 SF) with concrete slab on grade and shallow reinforced concrete foundations, steel frame, metal siding exterior and sloped standing seam metal roof. The contract performance period will be from FY 2021 to FY 2022. The Government intends to award one (1) firm fixed-price contract.� In accordance with DFARS 236.204(ii), the construction magnitude of this project is estimated between $25,000,000 and $100,000,000. The appropriate North American Industry Classification System (NAICS) code for this procurement is 236220 � Commercial and Institutional Building Construction with a small business size standard of $39.5 million. This procurement will be solicited as Full & Open Unrestricted competitive negotiation procedures. This is a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the lowest price technically acceptable process at FAR Part 15.101-2, Lowest Price Technically Acceptable (LPTA).� The basis for evaluation and evaluation factors for award will be included in the solicitation. A Source Sought was issued on 21 January 2021 to determine the capability of small businesses to perform the requirement.� Based upon analysis of the data considered, and in accordance with FAR 19.501(c), the Contracting Officer has determined that this procurement will be conducted utilizing Full & Open Unrestricted competitive negotiation procedures. A DD2579 Small Business Coordination Record recommending this procurement as Full & Open Unrestricted competitive negotiation procedures�was approved by the NAVFAC Washington Deputy for Small Business on 4 March 2021.� The Small Business Administration (SBA) Procurement Center Representative (PCR) concurred with this recommendation on 4 March 2021. The anticipated requirement will be issued under Solicitation Number N40080-21-R-6986. The Solicitation is expected to be posted to the beta.SAM website at https://beta.sam.gov/ around mid/late June 2021. �The drawings and specification will be posted with the solicitation.� All documents will be downloadable from the Beta Sam website. IMPORTANT NOTICE: All prospective Offerors must be registered in the System for Award Management (SAM) at the time and offer is submitted. �You must have an active registration in SAM to do business with the federal government.� Failure to register in the SAM database will make an Offeror ineligible for award. �For additional information, go to https://beta.sam.gov/. Points-of-contact for this Pre-Solicitation Notice: Janine Queen Email: janine.queen@navy.mil Telephone: (202) 685-8002 Lindsay Brown Email: Lindsay.Naill@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/49b4c80f248a4577931bca26fb0ac233/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06020590-F 20210605/210603230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.