The RFP Database
New business relationships start here

P4040-Medical Clinic Addition/Alteration, Marine Corps Base, Camp Lejeune, Jacksonville, NC


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

This notice does NOT constitute a request for proposal, request for quote, or Invitation for bid. The intent is to notify potential offerors of a proposed contract action.

A sources sought notice was posted on 19 October, 2017 under synopsis N4008517R0604 to determine availability and capability of small businesses to perform the requirement. The Sources Sought generated seven (7) responses two (2) of which were large businesses. The remaining five (5) contractors did not provide projects with similar scope and complexity. As a result of the market research results, the procurement will be solicited as a full and open competition. NAVFAC Mid- Atlanticbs Office of Small Business Programs concurs with the determination to solicit as an unrestricted procurement.


The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible business firms capable of performing Design-Bid Build construction services for P4040, Medical Clinic Addition/Alteration, and Marine Corps Base Camp Lejeune, North Carolina. This project will be solicited as a competitive full and open solicitation. The appropriate NAICS Code is 236220. This will be a Design-Bid Build (DBB/LPTA) solicitation.

All Engineering systems will be furnished including Structural, Fire Suppression, Plumbing, HVAC, Electrical, and Communications. Exterior walls will be load bearing CMU and brick cavity walls. The basic structural frame will be comprised of steel beams supporting a steel bar joist and steel deck roof system, bearing on the exterior CMU walls and interior steel columns.
There will be a 1-inch building expansion joint between the existing building and the addition. Existing exterior walls will be hardened and windows will be replaced to meet AT/FP requirements; work will be coordinated and scheduled in such a manner as to disrupt clinic operations as little as possible. The facility will be fully sprinklered in accordance with DOD criteria. Plumbing systems include potable cold water, hot water, sanitary sewer and roof drainage. The existing facility boiler system does not include adequate capacity to accommodate the facility addition. A new heating and cooling system is provided for the new addition. The existing condensing boilers and inline pumps shall continue to serve the existing AHU that serves the Dental Suite.
Renovation work will include plumbing and ductwork modifications/replacement. The mechanical equipment will be controlled by a Direct Digital Control system (DDC). An existing telephone Key System currently supporting 100 telephone sets will be removed and replaced by a GFGI telephone switch that will support the existing dental clinic as well as the renovated and added areas. A new 24-strand single-mode outside plant fiber optic cable will be extended from an existing pedestal bHHFC402b to the new demarcation point in the new main comm room and will support the data service for all users as well as the new telephone switch. The existing 50-pair coper lines that fed the removed Key System will now terminate at the new demarcation comm room and will be used as backup POTS for the entire building.
Copper and fiber backbone cabling will be extended from the new main comm room to the new branch comm room as well as the existing comm room on the clinics dental side. A lightning protection system will be provided. The voice and data system will include equipment racks, cabling, combination voice and data outlets, and termination equipment. Other communications systems include cable television system, nurse call system, public address and paging systems, fire alarm, mass Notification, intrusion detection system, staff assists system, and access control system. Construction of supporting facilities will include all site utilities, site preparation, site improvements, paving (parking and roadways), and access roads Phasing will be required.

Procurement Method: Contracting by Negotiation
Source Selection Process: Lowest Price Technically Acceptable.

The NAICS Code for this procurement is 236220 and the size standard is 36.5 million.
Magnitude of construction: Between $10,000,000 and $25,000,000
The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and a price (or cost) proposal for evaluation by the Government.

Large business concerns are required to submit a subcontracting plan prior to award of the contract.

Contractors must be able to demonstrate at least a project bonding capability of $10,000,000.

This is a new procurement. It does not replace an existing contract. No prior contract information exists.

Offerors can view and/or download the solicitation, and any attachments, at https://www.neco.navy.mil/ when it becomes available.

Terrie Overstreet 757-341-0692 Terrie Overstreet
terrie.overstreet@navy.mil

Michael Brice
michael.brice@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP