Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

Y -- P-442 Vertical Landing Pads Marine Corps Air Station Beaufort, SC

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N69450 NAVFAC SOUTHEAST, JACKSONVILLE Bld 27 Building 27, P. O. Box 5 NAS Jacksonville Jacksonville, FL
 
ZIP Code
00000
 
Solicitation Number
N6945011R1758
 
Point of Contact
Kendra McMahon kendra.mcmahon@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Naval Facilities Engineering Command South East (NAVFAC SE) in Jacksonville, Florida intends to solicit and award a Firm Fixed-Price Design-Build Construction Contract for the construction of P-442 Vertical Landing Pads Marine Corps Air Station Beaufort, SC. This is a 100% Small Business Set-Aside. All responsible sources with the specialized experience and qualifications required by this project may submit proposal which shall be considered by the agency. In accordance with FAR Section 5.102, availability of the solicitation will be limited to the electronic medium and the Government will not provide copies. It is the offerors responsibility to check the NECO website periodically for any amendments to the solicitation, as this will be the only method of distribution for amendments. The Government will not pay for information requested nor will it compensate any respondent for any proposal. Contract award is anticipated on or around June 2012. The contractor selected as the best value to the Government will be required to begin work within 15 days of the contract award. The construction completion date will be 555 days after award. The estimated cost for this project is between $16,000,000 and $19,000,000. This procurement is a 100 percent small- business set-aside. The Government will only accept offers from small business concerns. The NAICS Code for this procurement is 236220 and the annual small business size standard is $33.5M dollars. Description of Services: The project is for the design and construction of five vertical landing (VL) pads and associated supporting taxiways to support the F-35B Joint Strike Fighter (JSF) short take off vertical landing (STOVL) aircraft. The pads will consist of a combination of advanced high temperature concrete material, standard runway grade concrete and asphalt materials. The taxiways shall consist of standard runway grade concrete. STOVL pads also include establishment of required foreign object debris zones, installation of required airfield lighting and associated electrical upgrades. Site preparation includes site clearing and subgrade construction. Paving and site improvements include airfield lighting, taxiways, short-hold pads, grading and landscaping. Sustainable design principles will be included in the design and construction of the project in accordance with Executive Order 13123 and other laws and Executive Orders. Facilities will meet LEED ratings and comply with the Energy Policy Act of 2005. Low Impact Development will be included in the design and construction of this project as appropriate. The contract will be procured using negotiated procedures, as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. The best value continuum source selection process to be used for this acquisition is the tradeoff analysis process as described in FAR 15.101-1. This procurement will utilize One-Phase Design-Build selection procedures. Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ no sooner than 15 days after this synopsis is posted. Proposals will be due on or about 30 days after the solicitation is posted. A Pre-Proposal Conference and Site Visit will be held for this project. The solicitation package will provide location and exact dates. The successful offer must be currently registered in the Department of Defense Central Contractor Registration (CCR) database, with a valid DUNS number, prior to contract award. Offerors not already registered in the CCR database are HIGHLY encouraged to do so by calling (1-888-227-2423) or via internet at http://www.ccr.gov. NAVFAC SE currently utilizes WAWF as its ONLY authorized method to electronically process vendor requests for payment. If your business is not currently registered to use WAWF-RA, visit the WAWF-RA website at https://wawf.eb.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N69272C/N6945011R1758/listing.html)
 
Record
SN02627994-W 20111124/111122235225-7317cfe8b43b6f9b68be796fff288037 (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  © 1994-2020, Loren Data Corp.