Similar Projects
Spinx #368
New Construction - 4,000 SF
Design
$3,000,000 est. value
Charleston, SC 29414

Christian Brothers Automotive
New Construction - 5,500 SF
Design
$1,000,000 to $5,000,000 CJ est. value
Charleston, SC 29412

FLETC Training Venue Replication, Charleston, South Carolina
New Construction
Bidding
$10,000,000 est. value
SC 29405

Building 2314 Renovation / Joint Base Charleston
Renovation - 23,000 SF
Bidding
$10,000,000 to $25,000,000 est. value
North Charleston, SC 29404

Pep Boys #0037
Renovation - 11,547 SF
Post-Bid
Charleston, SC

Design-Build (DB) Or Design-Bid-Build (DBB) General Construction Multiple Award Task Order Contract (MATOC)
New Construction
Post-Bid

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Fencing
Results
Less than $30,000 est. value
Sullivan's Island, SC 29482

7-Eleven #41886
New Construction - 4,088 SF
Construction
$1,200,000 est. value
Mount Pleasant, SC

Public Storage
New Construction, Demolition - 44,919 SF
Construction
Charleston, SC 29414

Harris Teeter / Kiawah Island
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Kiawah Island, SC 29455

Refuel #1060
New Construction - 4,924 SF
Design
$1,000,000 to $5,000,000 CJ est. value
Charleston, SC 29412

Palmetto Commerce Parkway and Carolina Commerce Parkway Signalization
Infrastructure
Bidding
$3,600,000 CJ est. value
Ladson, SC 29456

Repair NNTPC Building 2400 Latrines
Renovation
Post-Bid
$500,000 to $1,000,000 est. value
North Charleston, SC 29404

St. Phillip Garage (PG) Fence Repairs
Alteration
Results
Charleston, SC 29403

Last Updated 07/22/2022 10:34 AM
Project Title

RFQ Contractor - Construct Forward Area Refueling Point (FARP) B685

Physical Address View project details and contacts
City, State (County) Charleston, SC 29404   (Charleston County)
Category(s) Commercial, Government/Public, Heavy and Highway, Single Trades
Sub-Category(s) Fencing, Gas Station, Military Facility, Site Development, Vehicle Sales/Service
Contracting Method Competitive Bids
Project Status Construction start expected May 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

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR PROPOSAL This notice is posted in accordance with FAR 5.2 Project: Construct Forward Area Refueling Point (FARP) B685 Solicitation Number: FA441822R0013 The 628th Contracting Squadron at Joint Base Charleston, SC is seeking capabilities packages from potential sources for planning purposes for the Construction of the Forward Area Refueling Point, B685, at Joint Base Charleston, South Carolina. The scope of this project is to construct a new 3,500+/- sf building (Forward Area Refueling Point (FARP) B685) and incidental related work. Additionally, the existing FARP building will be demolished. The fuel farm will remain in operation during the entire construction period. The anticipated performance time is 365 calendar days. The breakdown of this time is 30 days for submittals, 237 days for construction, 53 for inclement weather days and 45 days for closeout documentation. Dollar magnitude for this contract is between $1,000,000 and $5,000,000. The NAICS Code assigned to this acquisition is 236220 - Commercial and Institutional Building Construction with a Size Standard of $39,500,000.00. NOTICE TO OFFEROR(S)/SUPPLIER(S): FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THIS SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS. Firms responding should indicate their size in relation to this size standard, and indicate socioeconomic status (8(a), SDVOSB, HUBZone, EDWOSB, WOSB) or SB. If a response from two or more qualified firms is received for relevant socio-economic categories, this requirement may be set-aside. NOTE: If this requirement is set-aside, FAR 52.219-14 Limitations on Subcontracting will apply. This clause requires that the concern perform at least 15 percent (15%) of the cost of the contract, not including the cost of materials, with its own employees. All interested Prime contractors who intend to submit a proposal for this solicitation are highly encouraged to submit a capabilities package to the primary point of contact listed below, no later than (NLT) 12:00pm EST on 3 May 2022: AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED: (a) Indicate which set-aside(s) you qualify for under NAICS code 236220: 8(a), SDVOSB, HUBZone, EDWOSB, WOSB or Small Business. (b) A positive statement of your intention to submit a proposal on this contract as a prime contractor. (c) Provide UEI Number or Cage Code. (d) Evidence of recent (within the last five years) experience with work similar in type and scope to include: 1. Contract Numbers 2. Project Titles 3. Dollar Amounts 4. Percent and complete description of work self-performed. 5. Customer points of contact with current telephone number and email address. (e) Evidence of bonding capability of a minimum of $5,000,000. All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested small business concerns. If adequate interest is not received from 8(a), SDVOSB, HUBZone, EDWOSB, WOSB, or SB concerns, the solicitation may be issued as unrestricted without further notice. The successful contractors will be selected using tradeoff procedures resulting in the Best Value to the Government. The Government reserves the right to award a contract to other than the lowest priced offeror. NOTES: (1) The solicitation, specifications and drawings will be available on the website on or about 16 May 2022, at the https://sam.gov/content/home website. (2) Hard Copies of the solicitation will NOT be provided. However, you may download and print the file from the website. (3) There is no fee for this pre-solicitation/sources sought notice. (4) A registration page is attached to the https://sam.gov/content/home website. You are not required to register. However, when you register you will receive notice of any amendments and/or addenda that may be issued to the solicitation. If you have not registered, it will be your responsibility to check the website for any changes to the solicitation. (5) Contractors that are debarred, suspended, or proposed for debarment are excluded from receiving contracts. Agencies also shall not consent to subcontracts with such contractors. Proposals prepared by debarred, suspended, or otherwise ineligible contractors are at the risk and expense of the contractor. (6) In accordance with DFARS 252.209-7999, award will not be made to any contractor that has a delinquent tax liability or a felony conviction within the preceding 24 months. (7) All prospective contractors must be registered in the System for Award Management (SAM) system, in order to be eligible for an award. (8) Once the solicitation is posted, it is incumbent upon the interested parties to visit this website frequently for any updates and/or amendments to all documents. The primary communication will be via Email response to the primary point of contact NLT 3 May 2022, 12:00pm EST. Points of Contact: Primary: Brian Hawk, Contract Specialist, Phone (843) 963-5165, e-mail: brian.hawk@us.af.mil. Alternate: Robert Melton, Contracting Officer, Phone (843) 963-5173, e-mail: robert.melton.6@us.af.mil. Place of Performance: Joint Base Charleston, SC Postal Code: 29404 Country: USA The method of contractor selection has not been determined at this time. *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

1 Story Above Grade, 3,376 SF.
Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming and Accessories, Concrete Reinforcing, Cast-in-Place Concrete, Concrete Finishing, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Decking.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Panel Doors, Entrances and Storefronts, Entrances, 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 11 - Equipment, Vehicle Service Equipment, Vehicle-Washing Equipment.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, Facility Fuel Piping, Facility Fuel-Storage Tanks, HVAC Piping and Pumps, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Power Distribution Units, Lighting, 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, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Screening Devices, Irrigation, Planting Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Water Utility Distribution Piping, Sanitary Sewerage Utilities, Storm Drainage Utilities.
Division 44 - Pollution and Waste Control Equipment.

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