Design-Bid-Build (DBB) Perimeter Security Improvements, Portsmouth Naval Shipyard, NCTS Cutler, Maine
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159601229643468 |
Posted Date: | Jan 23, 2023 |
Due Date: | Feb 6, 2023 |
Solicitation No: | N4008523R2539 |
Source: | https://sam.gov/opp/61b792fb69... |
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.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Jan 23, 2023 09:56 am EST
- Original Response Date: Feb 06, 2023 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
-
NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
-
Place of Performance:
MEUSA
PRE-SOLICITATION NOTICE
SOLICITATION NUMBER: N4008523R2539
This notice does NOT constitute a request for proposal, request for quote or invitation for bid.
The intent of this pre-solicitation synopsis is to make notice of a proposed contract action for P-347 Design-Bid-Build (DBB) Perimeter Security Improvements at Portsmouth Naval Shipyard (PNSY), NCTS Cutler, Maine.
This solicitation has been approved by the NAVFAC Office of Small Business Programs and Small Business Administration (SBA) as “Unrestricted” for full and open competition. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 – Other Heavy and Civil Engineering Construction and the Small Business Size Standard is $45,000,000. This will be a source selection procurement requiring both non-price (technical and past performance) and price proposals, and will utilize the best value tradeoff continuum at FAR 15.101-1. The basis for evaluation and evaluation factors for award will be included in the solicitation.
PROJECT DESCRIPTION: This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. This project includes an entry control facility (ECF) that includes an entry control point fence, a guard and truck inspection office, a main entry canopy, a Pass and Identification office and a restricted area security fence. The entry control point fence includes a chain link security fence and a sliding gate. The guard and truck inspection office is constructed of metal stud walls with cementitious siding and an exposed steel canopy structure. The single lane main entry canopy will be used for identification checks, and is comprised of concrete structural elements and an exposed steel canopy structure. The guard and truck inspection office will be attached to the main entry canopy. Building #129, the existing one-story security building, will be renovated and enlarged to provide required components to support security personnel functions and the pass and identification office. The project also constructs a security fence around the restricted area, which comprises the entire peninsula.
In accordance with DFARS 236.204, the magnitude of construction for this project is between $25,000,000 and $100,000,000.
The Request for Proposal (RFP) will be issued on or about 15 March 2023. All documents will be in Adobe PDF file format and downloadable from the PIEE and Sam.gov websites. The official address to the solicitation is https://piee.eb.mil and https://www.sam.gov. Contractors are encouraged to register for the solicitation when downloading from the website. Only registered contractors will be notified by email when amendments to the solicitation are issued. A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website.
IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM). You must have an active registration in SAM to do business with the federal government. For additional information, go to https://sam.gov/
Questions regarding this notice should be directed to Laura Thomas, (757) 341-1654, Email: laura.e.thomas21.civ@us.navy.mil.
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
- Laura Thomas
- laura.e.thomas21.civ@us.navy.mil
- Phone Number 7573411654
- Jan 23, 2023 09:56 am ESTPresolicitation (Original)
- Dec 03, 2021 11:55 pm EST Sources Sought (Inactive)
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.