Similar Projects
Engine House 4 Kitchen Renovation and House Upgrades
Renovation
Post-Bid
Washington, DC 20001

E15 Kitchen Renovation and House Upgrades
Renovation
Post-Bid
Washington, DC 20020

Joint Base Myer-Henderson Hall: Army Family Housing Renovation, Fort McNair, District of Columbia
Renovation
Post-Bid
$10,000,000 to $25,000,000 est. value
Washington, DC

Vacant Unit Repair/Make Ready Services
Renovation
Post-Bid
Washington, DC

Single Family Rehabilitation 207
Renovation
Post-Bid
Washington, DC

Single Family Residential Rehabilitation Program (SFRRP) SF - 209 - DC Property Sites
Renovation
Post-Bid
Washington, DC

FY22 DHCD - Single Family Residential Rehabilitation Program (SFRRP) SF - 210
Renovation
Post-Bid
$28,000 est. value
Washington, DC

Rehab, Roof Repair, Accessibility for (3) Single-Family Properties
Renovation
Post-Bid
$90,000 est. value
Washington, DC

Contractor - Whole House Revitalization Quarters 6
Renovation - 15,984 SF
Design
$9,000,000 est. value
Washington, DC 20001

Roofing Replacements and Upgrades at Engine Houses 4, 5, 8, 20 and 24
Renovation
Post-Bid
$900,000 CJ est. value
Washington, DC 20036

MBW-7 Main Post Repointing 5940243
Renovation
Post-Bid
$5,000,000 CJ est. value
Washington, DC 20003

Renovations of Joint Base Myer-Henderson Hall Army Family Housing - Units 10, 12, 13, 14, and 15
Renovation
Post-Bid
$25,000,000 CJ est. value
Washington, DC 20024

Last Updated 08/29/2022 01:05 AM
Project Title

RFP D/B - Multipurpose Kitchen Renovation

Physical Address View project details and contacts
City, State (County) Us Marine Corps Barracks, DC 20390   (District of Columbia County)
Category(s) Residential
Sub-Category(s) Single-Family Homes
Contracting Method Bids by Invitation, Competitive Bids
Project Status Construction start expected April 2023
Bids Due View project details and contacts
Estimated Value $5,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

All terms and conditions of N4008020D0011/0012/0013/0014/0015/0016 Indefinite Delivery Quantity 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 stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issues, please contact Madison Moran at rumi.a.monsur.civ@us.navy.mil. Amendments will be posted directly to www.sam.gov. NAVFAC Solicitation No.: N40080-20-R-0007 5941876 NAVFAC Scope of Work: Work Order No. 1727109 Title: MBW- Multipurpose Kitchen Renovation Location of the Work: Marine Barracks Washington, Washington DC at the corner of 8th Street and "I" Streets. Description of the Work: The work includes the following and incidental related work. The Contractor shall provide all approved materials, labor, equipment, tools, mobilization, transportation, supervision, and any other incidental work and accessories to accomplish work as described herein. The SOW is not all encompassing toward providing a complete and usable project. The Contractor is required to inspect, clean, repair and test as needed any work for full operation to the requirements and specifications as detailed in the scope of work dated June 30, 2022. Estimated Price Range: In accordance with FAR 36.204 Disclosure of the magnitude of construction projects, the estimated price range is between $1,000,000 and $5,000,000. Time for Completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the duration of this task order shall be 365 calendar days from date of award (includes 15 calendar days for submission and approval of bonds and insurance). Wage Determination: Department of Labor (DoL) General Decision Number DC20220002 7/29/2022 applies to this work (Attachment A). The wage determination version in effect at the time of award shall apply to the work performed under this contract. 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 $272 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, record shop drawings are required. Reproducible copies of these record drawings are not required. Government Furnished Property: Not included. 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 "Lowest 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 $3,000,000, whichever is less. The Offeror shall submit an electronic copy with the price proposal form and a hard copy of your bid bond must be submitted to the address listed in the title above, within three (3) days after the due date and time for receipt of proposals. Failure to submit a bid bond by the deadline will result in your proposal being removed from consideration. Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Acceptance Period: Proposal acceptance period shall be 90 days from receipt of offers. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and or contractual requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing. All inquiries shall be submitted via email to Rumi Monsur at rumi.a.monsur.civ@us.navy.mil no later than 14 days prior to the proposal due date. Additionally, all inquiries shall be submitted using the Pre-Proposal Inquiry (PPI) form (Attachment B). Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. Responses will be published via amendments to www.sam.gov. Site Visit: August 09, 2022 at 11:00 AM Local Time. Proposal Due Date: Tuesday, August 25, 2022 at 02:00PM Local Time. LATE PROPOSALS WILL NOT BE CONSIDERED. Proposal Delivery Information: OFFERORS SHALL SUBMIT electronic proposals (.pdf format) in response to this solicitation to Rumi Monsur rumi.a.monsur.civ@us.navy.mil In response to this request for proposal, the complete proposal shall include the Price Proposal in accordance with the above Basis of Evaluation and Submittal Requirements for Each Factor. *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

Division 03 - Concrete, Concrete Forming and Accessories, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Wood Doors, Plastic Doors, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Carpeting, Painting and Coating.
Division 10 - Specialties, Toilet, Bath, and Laundry Accessories.
Division 11 - Equipment, Residential Equipment, Residential Appliances.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting.
Division 27 - Communications, Structured Cabling.
Division 31 - Earthwork, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents