Access Denied!!!

It appears that you are using a private browser which blocks some scripts necessary for this page to function properly. As a result, you may experience limited functionality or the page may not work at all.

To access this page, please consider using a different browser or switch to the standard version of Firefox.

Thank you for your understanding.

Access Full Project

Publicly Funded

Privately Funded

Bidding Soon

Documents Available

Addenda Available

Post-Bid

Post-Bid

Saving Project...

Full details on over 250,000 Projects including 2000 updated daily available to subscribers

November 10, 2023

January 9, 2024

July 2, 2025

1750 Tomcat Blvd

Renovation

No Information to Display

$5,000,000.00

Public - Federal

img_map_placeholder

1750 Tomcat Blvd, Virginia Beach, VA

Subscribe to View Full Documents

RENOVATE LAB BUILDING FACILITY , BLDG 603, NASO The work includes complete building renovations to include all new finishes, toilet room renovations, new HVAC system, new plumbing system, new electrical service, roof replacement, window and door replacement, site re-grading and a combination fire alarm/mass notification system. The project also includes an expansion of the Women's restroom, addition of two Shower rooms, and the renovation of the Fuel Testing Laboratory to meet NAS Oceana Fuel Lab operational requirements. Temporary facilities shall be provided for staff members (including Fuel Lab operations) throughout the entirety of construction and incidental related work. Period of Performance: 540 calendar days This acquisition will be procured using the policies and procedures of FAR 16.5, Indefinite-Delivery Contracts. CONTRACT N40085-23-D-0030 THROUGH N40085-23-D-0038, INDEFINITE-DELIVERY, INDEFINITE-QUANTITY (IDIQ) MULTIPLE AWARD CONTRUCTION CONTRACT (MACC) 8(a) SET ASIDE FOR FACILITIES PRIMARILY IN THE NAVFAC MIDLANT HAMPTON ROADS AREA OF RESPONSIBILITY (HR AOR), VIRGINIA. 8(A) MACC CONTRACT HOLDERS: ONLY THE FOLLOWING CONTRACTORS CAN SUBMIT A PROPOSAL Nine (9) firms with relevant experience in performing efforts of similar value, size and scope: Argus CJW JV, Baron- Rand JV, ERS-CYE JV, Fiber Business Solutions Group, The Full Circle ICC JV, Justin J Reeves, MIGGOV, Oakmont Contracting , and Stampede Ventures. All terms and conditions of N4008523D0030/0031/0032/0033/0034/0035/0036/0037/0038 IDIQ Contract apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not restated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issue please contact Karen Giunta at (757) 433-2850, or email at Karen.k.giunta.civ@us.navy.mil Amendments will be posted directly to https://sam.gov/ under Contract Opportunities. Offerors are responsible for referring back to this site for any amendments to the RFP. The specifications, drawings, and other pertinent attachments are posted on https://sam.gov/ under "Attachments/Links." NAVFAC Solicitation No.: N40085-23-R-2887 NAVFAC Specification Work Order Nos.: 1742075 (Attachment A) Title: RENOVATE LAB BUILDING FACILITY, BLDG 603 NAS OCEANA Location of the work: Naval Air Station Oceana (NASO), BLDG 603 Description of the work: Renovations to building #603 at Naval Air Station Oceana (NASO). Generally, the scope of work provides complete building renovations to include all new finishes, toilet room renovations, new HVAC system, new plumbing system, new electrical service, roof replacement, envelope replacement, window and door replacement, site re-grading and a combination fire alarm/mass notification system. The project also includes an expansion of the Women's restroom, addition of two shower rooms, and a separate fuel testing laboratory to meet Naval Air Station Oceana Fuel Lab operational requirements and the UFC 4-310-03 and DoD Fuels Laboratory Standards. Temporary facilities shall be provided for staff members (including fuel lab administration) throughout the entirety of construction. Certain operations are to remain available during working areas including the fuel lab, which is a 24 hour a day, seven days a week operation. As the current project budget surpasses the 50% Plant Replacement Value (PRV), ATFP compliance is required in accordance with UFC 4-010-01, DoD Minimum Antiterrorism Standards for Buildings. Testing and acceptance measures must be included to assure that Mechanical and Fire Protection systems function per UFC requirements for the fuel lab. Civil, Electrical, Plumbing, Mechanical, Structural, and Fire Protection work will be provided in coordination with the building repairs and new construction. Estimated Budget Amount or Price Range: In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is between $1,000,000.00 and $5,000,000.00. NAICS Code: 236220 - Commercial and Institutional Building Construction Time for completion: Contract completion date is 540 calendar days. The days are calculated from date of task order award, which includes the initial 15 days allowed for distribution of the task order award, submission and approval of insurance, bonding and other requirements set forth in the task order/MACC. Task order award is considered notice to proceed. Wage Rate Requirements: Department of Labor (DoL) General Decision Number: VA20230167 dated January 13, 2023 (Attachment B) applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination may be issued via amendment. Liquidated damages: In accordance with FAR 52.211-12 Liquidated Damages, if the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $887.35 for each calendar day of delay until the work is completed or accepted. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services - The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. Record Shop Drawings: In accordance with FAR 52.236.21, Specifications and Drawings for Construction Alternate I (Apr 1984) record shop drawings and reproducible copies of these record drawings are required. Government Furnished Property: There is no Government Furnished Property. Basis for Award: This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible offeror, offering the best value to the Government. For this task order, to make a determination of best value, the Government shall evaluate each offeror on price only and the basis for award will be low price. Bond Requirements: In accordance with FAR 52.228-1, Bid Guarantees, each offeror shall submit with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or or $3,000,000, whichever is less. Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Acceptance Period: 120 days from receipt of offers. OFFERORS ARE ADVISED THAT FUNDING MAY NOT BECOME AVAILABLE. IF FUNDS ARE NOT AVAILABLE, NO AWARD WILL BE MADE AS A RESULT OF THIS SOLICITATION. OFFERORS WILL NOT BE REIMBURSED FOR ANY EFFORT OR PROPOSAL COSTS RESULTING FROM THIS SOLICITATION. If you are registered with DBIDS or after obtaining your one-day visitor's pass in accordance with Attachments C, D, and E, all participating contractors shall proceed to the BLDG 603 Naval Air Station Oceana for sign-in at 11:00am. This will be the ONLY Government scheduled site visit. A map showing the location of work area can be found in the attached drawings. Pre-Propsal Inquiries (PPIs): PPIs must be submitted in writing on the attached Pre-Proposal Inquiry Form (ATTACHMENT F) to Karen Giunta at karen.k.giunta.civ@us.navy.mil no later than 19 October 2023 at 14:00 PM EST Any MACC awardee that is unable to submit a proposal on this solicitation must provide written notification to the Contracting Officer within (5) working days from receipt of solicitation. A MACC awardee can only elect to withdraw from submitting a proposal on (3) task order solicitations per contract year. Question Deadline 10/19/2023 at 2:00 PM ET PPIs must be submitted in writing on the attached Pre-Proposal Inquiry Form (ATTACHMENT F) to Karen Giunta at karen.k.giunta.civ@us.navy.mil Delete Proposal Delivery Information: Proposals may be sent via Federal Express (FedEx), United Parcel Service (UPS), emailed*, or hand-carried to the following address: *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

28 Record(s)

Subscribe to Get All Contact Details

Trades

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet
Subscribe to See All Trade Details

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Related Projects