Design-Build, P-666, Three Module Type II Hangar, Marine Corps Base, Camp Lejeune, NC

Agency: DEPT OF DEFENSE
State: North Carolina
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159048275434640
Posted Date: Nov 10, 2022
Due Date: Nov 28, 2022
Solicitation No: N4008523R2542
Source: Members Only
Follow
Design-Build, P-666, Three Module Type II Hangar, Marine Corps Base, Camp Lejeune, NC
Active
Contract Opportunity
Notice ID
N4008523R2542
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVAL FAC ENGINEERING CMD MID LANT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 10, 2022 11:19 am EST
  • Original Response Date: Nov 28, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Camp Lejeune , NC
    USA
Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.





The Naval Facilities Engineering Systems Command, Mid-Atlantic is seeking eligible small business firms capable of performing construction services for P666 Three Module Type II Hangar, Marine Corps Base Camp Lejeune, New River, North Carolina.





This project constructs a three module, aircraft maintenance hangar. This project provides adequate high bay, shop, and administrative spaces in support of any type, model series (T/M/S) aircraft assigned to Marine Corps Air Station (MCAS) New River. The hangar is expected to utilize a steel frame with a cantilever truss system bearing on pile foundations. Floor construction will consist of a traditional slab-on-grade with composite steel deck included for elevated slabs. The hangar will feature an insulated standing-seam metal roof with both prefinished metal panel and masonry cladding elements.





This project will provide Antiterrorism (AT) features and comply with applicable service and Geographic Combatant Commander directives per UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings.





Built-in equipment includes an aircraft grounding grid, avian intrusion prevention system, bridge cranes, compressed air system, diesel fire pump, underwing fire suppression system, high density storage system, lightning warning panels, passenger/freight elevators, truss visibility lights, under slab vapor mitigation system, and draft curtains.





Special costs include Post Construction Contract Award Services (PCAS), Post Award Design Services (PADS), third party commissioning, mechanical acceptance, GIS mapping/services, and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the contractor's submittals and administrative actions required for compliance with the Department of Navy's (DON) cybersecurity requirements. This item also captures DON's in-house costs to review contractor submittals and implement any necessary steps for obtaining Authority to Operate.





Site preparations include clearing, above and underground site demolition, utility relocations, compaction, grading, and erosion control measures.





Special foundation features include driven pile foundations. Paving and site improvements include roadways, parking facilities, pedestrian paving, site development, landscaping, and LID features.



Electrical utilities include a pad mounted transformer, electrical distribution, site lighting, and communications distribution.





Mechanical utilities include potable water distribution, fire water distribution, fire hydrants, sanitary sewer, sanitary sewer structures, storm sewer, storm sewer structures, site underdrains, natural gas distribution, and above ground storage tanks for used fuel/oil storage.





Environmental mitigation includes contaminated soil and groundwater remediation. Demolition includes removal of buildings AS4114 (47.38 m2), AS4148 (109.25 m2), AS4108 (10,611.11 m2), and AS5000 (95.06 m2). These buildings are located in the proposed hangar footprint.





Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.





All service-disabled veteran-owned small businesses (SDVOSB), veteran-owned small businesses (VOSB), certified HUB-Zone, certified 8(a), and women-owned small businesses (WOSB), and small businesses are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government’s best interest. The contract(s) will include FAR clause 52.219-14 Limitations on Subcontracting, which states that “The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.”





It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form, Sources Sought Project Information Form and Sources Sought Project Matrix, provided as attachments to this notice.





The Sources Sought Project Information Form and Sources Sought Project Matrix shall be used to document a minimum of two (2) up to a maximum of five (5) relevant construction projects for the offeror that best demonstrates experience on projects that are similar in size, scope and complexity as listed below. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this Sources Sought. For the purposes of this evaluation, a relevant project is further defined as:





Size: A final construction cost of $60 million dollars or greater.





Scope: New construction of an aircraft maintenance hangar.





Complexity: Experience with sequencing and/or phasing requirements





Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost.





Please note that if you are responding as an 8(a) Mentor-Protégé, you must indicate the percentage of work to be performed by the protégé. A copy of the SBA letter stating that your 8(a) Mentor-Protégé agreement has been approved would be required with your proposal, if requested.





The North American Industry Classification System (NAICS) Code for this project is 236220, Commercial and Institutional Building Construction, with a small business size standard of $39,500,000. In accordance with DFAR 236.204(iii), the magnitude of construction for this project is between $100,000,000 and $250,000,000.





THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government’s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.





The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance.





The submission package shall be submitted electronically to Brittany Cristelli via email at brittany.n.cristelli.civ@us.navy.mil and MUST be limited to a 5Mb attachment. You are encouraged to request a read receipt or acknowledgement via reply email.





RESPONSES ARE DUE NO LATER THAN Monday, 28 November 2022 at 14:00 EST. LATE RESPONSES WILL NOT BE ACCEPTED.


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 10, 2022 11:19 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >