The RFP Database
New business relationships start here

Rebuild UPH STA Ponce de Leon Inlet, New Smyrna Beach, FL


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 pre-solicitation notice that is provided for information, to stimulate interest only. This is not a request for proposal. No specifications or drawings are available at this time.
This notice does not constitute a solicitation and shall not be construed as a commitment by the government.

PROJECT DESCRIPTION. The U.S. Coast Guard Shore Infrastructure Logistics Center (SILC), Facilities Design and Construction Center (FDCC) intends to award a Firm-Fixed-Price (FFP) contract for Design and build new and modify the existing infrastructure required for the rebuild project at CG Station Ponce de Leon Inlet in New Smyrna Beach, Florida. The project has two (2) Base Items and six (6) option items.


Base Item 0001: The scope includes the demolition of existing UPH and associated structures. Design and construct a new UPH structure and new site work. Site work includes new sidewalk, dumpster enclosure, paving and utility services. Utility services shall require new, provisional, and modifications to existing electrical, telecommunications, water, storm and sanitary sewer lines.


Option Item 0001: The demolition of the existing ANT Boat Shed. Design and construct of a new ANT Boat Shed with necessary site work in the approximate location as the existing boat shed.


Option Item 0002: Repave asphalt parking lot.


Base Item 0002: The scope includes new waterfront infrastructure, site work, and demolition. Work include new floating dock, ANT storage area bulkhead protection, repair to boat ramp, relocating storage shed, demolition, utility services, site work, new fuel dispensers (with new fuel lines). Site work includes new sidewalk, paving and etc. Utility services shall require new, provisional, and modifications to existing electrical, telecommunications, water, and fuel lines.


Option Item 0003: Repair existing groin.


Option Item 0004: Repair existing bulkhead.


Option Item 0005: Provide new covered mooring for the two (2) - 45 foot RBM boats at the floating docks.


Option Item 0006: Design-Build Price - New Marine Fueling System
Provide all labor, material, demolition, equipment, mobilization, demobilization, permitting, construction support, quality control services, and ancillary items required for site development and construction related to providing a new marine fueling system.


 PERIOD OF PERFORMANCE: 700 calendar days from contract award.


TYPE OF CONTRACT AND NAICS: This solicitation will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industry Classification System (NAICS) code is 236220-Commercial and Institutional Building Construction, with size standard of $36,500,000.


TYPE OF SET-ASIDE: This acquisition will be for a 100% Small Business Set-Aside.


CONSTRUCTION MAGNITUDE: The price range for the base items and the option items is as follows:
A) Base Item 0001, Option Item 0001 & 0002 is approximately $4.5M - $6M.
B) Base Item 0002, Option Item 0003, 0004, & 0005 is approximately $2M - $3.5M.
Option Item 0006 is approximately $100K - $300K.


SELECTION PROCESS: This procurement shall be solicited under the authority at FAR Subpart 19.5, Set-Asides for Small Business and FAR Subpart 15.1, Source Selection Processes. (Lowest Price Technically Acceptable (LPTA)).



DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest.


ANTICIPATED SOLICITATION RELEASE DATE: On or about December 6, 2019.



SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation.


REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective Offeror.
THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE CLOSING DATE. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS PRESOLICITATION NOTICE OR ANY FOLLOW-UP INFORMATION REQUEST.



SECONDARY POINT OF CONTACT: Danyiele F. Peterson,
Danyiele.F.Peterson@uscg.mil


Loretta P. Shanks, Contract Specialist, Phone 7578523430, Email Loretta.p.shanks@uscg.mil - Danyiele F. Peterson, Contract Specialist, Phone (757) 852-3407, Email danyiele.f.peterson@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP