The RFP Database
New business relationships start here

Design-Bid-Build (DBB) P228 ATC Tower & Air Operations, Marine Corps Air Station, Cherry Point, NC


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

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


The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible Small Businesses, HUB Zone Small Businesses, Small Disadvantaged Businesses, Veteran-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, and Women-Owned Small Businesses capable of performing Design-Bid-Build (DBB) P228 ATC Tower & Air Operations, Marine Corps Air Station, Cherry Point, North Carolina.


This project is to construct a new 175' design eye height (205' overall height) air traffic control tower (ATCT). This building will include a reinforced concrete-on-pile foundation, cast in place or precast concrete exterior walls and a prefabricated metal deck cab roof.


This building will have operational spaces for airfield air/ground traffic control, administrative space, training area, insulated glass tower control cab, electronic equipment spaces, electrical and mechanical utilities, fire protection systems, information systems, utilities and mechanical systems (HVAC), anti-terrorism/force protection measures, homer beacon, and uninterruptible power system (UPS).


Audiovisual feeds will be installed for taxiway areas that are not monitored visually from the ATCT cab.


Construct a new Air Traffic Control, Air Traffic Control Maintenance (ATC/ATCM) and Range Management Department (RMD) facility adjacent to the new ATCT. This building will be masonry veneered structure with a sloped and gabled standing seam metal roof on a concrete foundation. This building will be a two-story structure and will include administrative and maintenance work spaces for each department or division.


This facility will have appropriate electronic equipment spaces.
Construct a new Airfield Operations (AirOps) building located on the flightline. This building will be masonry veneer with a metal deck roof over open web steel joist framing on a concrete foundation. This building will house the administration of flight operational activities with supporting functions including, but not limited to, airfield management, flight support, flight planning, flight scheduling, communications, weather services, fleet liaison, and radar room.


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 $25,000,000 and $100,000,000. The contract 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. This office anticipates award of a contract for these services by May 2020.


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 and up to a maximum of five relevant construction projects completed in the past ten (10) years that best demonstrate experience on projects that are similar in size, scope and complexity to the project described herein.


A relevant project is further defined as:


Size: Multiple building project with a cumulative square footage of 30,000 or greater.


Scope: Construction of 100ft height or greater Air Traffic Control Tower with supporting operations/training or maintenance facilities.


Complexity: Each project submitted must demonstrated experience constructing an Air Traffic Control Tower and one or both of the following elements:


a) DOD or International Airfield lighting work.
b) DOD or International Airfield utility work.


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-Protege, you must indicate the percentage of work to be performed by the protege.


A copy of the SBA letter stating that your 8(a) Mentor-Protege agreement has been approved would be required with your proposal, if requested.


This notice 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 ultimate issuance of a solicitation.


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 notice.


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.


RESPONSES ARE DUE NLT 12 November 2019 at 2:00PM (EST). LATE SUBMISSIONS WILL NOT BE ACCEPTED.


The package shall be sent via electronic mail to Deanna Ward at deanna.ward@navy.mil.


Attachments are limited to a total of 5MB.


Deanna Ward, Phone 757-341-1226, Email deanna.ward@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP