Similar Projects
Last Updated | 08/25/2022 11:02 PM |
Project Title | Design Bid Build P817 Ramp Addition Near Building 1900 |
Physical Address | View project details and contacts |
City, State (County) | Andrews Air Force Base, MD 20762 (Prince Georges County) |
Category(s) | Heavy and Highway, Sewer and Water |
Sub-Category(s) | Paving/Reconstruction, Runways/Taxiways, Site Development, Water Lines |
Contracting Method | Bids by Invitation, Competitive Bids |
Project Status | Construction start expected October 2022 |
Bids Due | View project details and contacts |
Estimated Value | $5,000,000 [brand] Estimate |
Plans Available from | Civil Engineer |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | NAVFAC Project No.: 1668220 NAVFAC ACQR No.: 5891374 Title: Design Bid Build P817 Ramp Additional Near Bldg 1900 Location of the Work: Joint Base Andrews, NAF Washington, MD Description of the Work: The project includes the construction of a new extension (15,777 SF) of the Hangar 1 concrete access apron for maintenance and service vehicles. The purpose is to expand the vehicle operating area to eliminate potential safety mishaps between 1HS, 89APS, and State Department. The work includes a new concrete slab as an extension to the existing Hangar 1 access apron, site preparations, site utility adjustments and relocations of the existing site utilities effected during development, stormwater management, and incidental related work. 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: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the Government desires completion of construction within 380 calendar days after award (includes 15 calendar days for submission and approval of bonds and insurance). Wage Determination: Department of Labor (DoL) General Decision Number MD20220044 07/8/2022 applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. Liquidated Damages: In accordance with FAR 52.211-12 Liquidated Damages - Construction, Liquidated Damages will be assessed in the amount of $535 for each calendar day of delay. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services, when available, the Government will provide reasonable amounts of electric, water and compressed air for the work to be performed under this contract at no cost to the contractor. Add rates if Utilities are paid by the Contractor. Record Shop Drawings: In accordance with FAR 52.236.21 Specifications and Drawings for Construction, record shop drawings are required. Reproducible copies of these record drawings are also required. Bond Requirements: Bid Bonds are required in accordance with FAR 28.101-4 (for projects over $150,000). An electonic copy of your bid bond must be submitted with your proposal. A hard copy of your bid bond will be requested from the apparent low uplon confimration of their price and must be submitted to the PCO office within one (1) buisness day from time of request. Failure to submit an electronic copy of your bid bond with your proposal will result in your proposal being deemed non-responsive and your proposal removed from consideration. In accordance with FAR 52.228-15 Performance and Payment Bond - Construction, Performance and Payment Bonds are required from the awardee and shall be submitted for approval to the Contracting Officer within 10 days after award of the Task Order. Commencement of construction is contingent upon approval of required bonds. Proposal Acceptance Period: Proposal acceptance period shall be 90 days from receipt of offers. Site Visit: Site visit TBD will be issued via amendment. Request for Information (RFIs): All inquiries must be made in writing and shall be submitted via email to russell.daniel.civ@us.navy.mil and cyndi.crowder@navy.mil no later than 15 August 2022 by 2:00 PM EST with inquiries attached as a Word document (no tables please). Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment. Proposal Due Date: Tuesday, 30 August 2022 no later than 2:00 pm (EST). LATE PROPOSALS WILL NOT BE CONSIDERED. The Proposal must be addressed to the office listed below: Naval Facilities Engineering Command (NAVFAC), Washington Attn: Daniel Russell and Cynthia Crowder CON30 Email addresses for Proposal drop off daniel.russell.civ@us.navy.mil and cynthia.y.crowder.civ@us.navy.mil. The proposal must be submitted via email to ALL of the emails listed above. Subject line should contain the ACQR number a, Project Title, and contractor information. All amendments, drawings, and specifications will be distributed to the POCs listed on the front page via PIEE and Sam.gov. Login at https://piee.eb.mil and search for 'N4008022R1374' to obtain more details. Additional site visit instruction. On the day of the site visit, proceed to the Main Gate Inspection check point. DO NOT stop at the visitor's center. Present your State issued driver's license to the gate guard and inform them that you are on the Base Access List (BAL) for entry. Once the gate guard has confirmed you are on the BAL, proceed to Building 1880 (The Club) back parking lot. *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. |
||||||||
Details |
|
||||||||
Bidder's List | View project details and contacts | ||||||||
Prospective Bidders | View project details and contacts | ||||||||
Project Documents |
Engineered Spec Sheet Architectural Plans Other Documents |