Similar Projects
RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

RFQ - United States Coast Guard (USCG) Disaster Reconstitution Multiple Award Construction Contract
Term Contract
Conception
$1,500,000 CJ est. value
Seattle, WA 98174

P-1127U Composite Shop and P-1137U O2N2 Gas Shop
New Construction, Infrastructure
Design
$10,000,000 CJ est. value
Norfolk, VA 23511

Improve Patient Privacy 4C - Phase 2
Renovation
Design
$5,000,000 CJ est. value
Richmond, VA 23249

Virginia Department of Military Affairs (VDMA) Fort Pickett 561 Conversion of Warehouse to Joint Force Headquarters Building
Renovation
Bidding
$400,000 est. value
Blackstone, VA 23824

RFQ D/B - Salem Army Reserve Center VA Full Facility Revitalization
Renovation - 36,000 SF
Bidding
$25,000,000 CJ est. value
Salem, VA 24153

Renovation of Naval Station Norfolk Building V-82
Renovation - 10,850 SF
Post-Bid
$1,000,000 to $5,000,000 est. value
Norfolk, VA 23511

Repair Buildings A-51 and A-52, Naval Station Norfolk
New Construction
Post-Bid
$10,000,000 to $25,000,000 est. value
Norfolk, VA 23511

P719 DBB Wargaming Center, Quantico, VA
New Construction - 234,209 SF
Results
$100,000,000 to $250,000,000 est. value
Quantico, VA

Design Bid Build (DBB) P-404, E2-D Training Facility, Naval Station Norfolk
New Construction - 29,633 SF
Results
$25,000,000 to $100,000,000 est. value
Norfolk, VA 23511

Harris Memorial Armory Renovation
Renovation
Conception
Blackstone, VA

Expand Steam Distribution System (VA-22-00050503)
Renovation
Design
$1,000,000 CJ est. value
Richmond, VA 23249

507E Improvements for Whole Health
Term Contract, Build-out, Infrastructure
Bidding
$100,000 CJ est. value
Richmond, VA 23249

Renovate Portside Interior Building
Renovation
Post-Bid
Portsmouth, VA 23703

Design-Bid-Build, Virginia Class Propulsor Enclosure - Norfolk Naval Shipyard
New Construction
Results
$5,000,000 to $10,000,000 est. value
Portsmouth, VA 23709

Last Updated 08/18/2022 12:35 AM
Project Title

Repair Roof, Siding, and Inspect Termites on Village Buildings

Physical Address View project details and contacts
City, State (County) Virginia Beach, VA 23454   (Virginia Beach City County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Bids by Invitation, Competitive Bids
Project Status Construction start expected September 2022
Bids Due View project details and contacts
Estimated Value $500,000 [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 N4008518D1140/1141/1143/1144/1145 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 JOANN SPENCER, (757) 433-2626, JOANN.SPENCER1@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.: N40085-22-R-2805 NAVFAC Specification Work Order Nos.: 1673005 (Attachment A) NAVFAC Drawing Nos.: See Attachement A Title: Repair Roof, Siding, and Inspect Termites on Village Buildings Location of the work: DNA 448 - Village Complex Description of the work: Repair Roof, Siding, and Inspect Termites on Village Buildings. 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 $250,000 and $500,000. NAICS Code: 236220 - Commercial and Institutional Building Construction Time for completion: Contract completion date is 180 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: VA20220167 May 20, 2022 (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 $395.83 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. PROVISIONS/CLAUSES INCORPORATED BY REFERENCE FAR 52.219-14 Limitations on Subcontracting (Jan 2017) FAR 52.222-55 Minimum Wages for Contractor Workers Under Executive Order 14026 FAR 52.228-15 Performance and Payment Bonds-Construction (Jun 2020) FAR 52.236-6 Superintendence by the Contractor (Apr 1984) 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. Site Visit: Date and Time: TBT Location: Badging: Contractor personnel that do not have DBIDS access for Naval Air Station Oceana & Dam Neck Annex, must follow and adhere to the instructions contained within Attachments C, D, and E, ensuring enough time for processing, prior to the site visit date. Attachments C, D, and E are provided. 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 site visit location. This will be the ONLY Government scheduled site visit. A map showing the location of work area can be found in the attached SOW/RFP. Pre-Propsal Inquiries (PPIs): PPIs must be submitted in writing on the attached Pre-Proposal Inquiry Form (ATTACHMENT F) to Joann Spencer at joann.spencer1@navy.mil no later than 15 August 2022 at 14:00 PM EST Proposal Due Date: 29 August 2022 no later than 1400 EDT. LATE PROPOSALS WILL NOT BE CONSIDERED. 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. Proposal Delivery Information: Proposals may be sent via email to the following email address: *Email Submissions: Please note, if you email your proposal, ensure ALL required submission items are attached to the email or you will be deemed non-responsive. The date/time received noted on the Contract Specialist's computer is the date/time that will be recorded on your proposal. It will NOT be the date/time you sent your email. Ensure you send your proposal/email with all attachments early enough that your firm does not miss the deadline due to any server issue on either your side or the Government's Send it to: joann.spencer1@navy.mil. *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, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage 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