Similar Projects
RFP D/B - USCG National Multiple Award Construction Contract (NMACC III)
Term Contract
Post-Bid
$25,000,000 CJ est. value
Seattle, WA 98174

General Building Trade Contract
Renovation, Term Contract
Post-Bid
Stafford, VA

Design-Bid-Build, Renovate Building 102 - Naval Air Station Oceana, Dam Neck Annex, Chamberlain Hall
Renovation - 46,378 SF
Results
$25,000,000 to $100,000,000 est. value
Virginia Beach, VA 23460

Jet Engine Test Cell Repair
Renovation
Results
$1,000,000 to $5,000,000 est. value
Virginia Beach, VA 23460

Miscellaneous Building Renovations Building 362 - Dam Neck Annex
Renovation
Post-Bid
$1,000,000 CJ est. value
Virginia Beach, VA 23454

Virginia Beach Readiness Center Modernization / Construction
Addition, Demolition, Renovation, Infrastructure - 6,387 SF
Results
$2,451,000 CJ est. value
Virginia Beach, VA 23451

RFP D/B -Replace Cooling Tower (Closed Circuit Cooler) at CNATTU Training Facility
Renovation
Post-Bid
$1,000,000 CJ est. value
Virginia Beach, VA 23460

Renovate Restrooms at Air Operations Facility, Building 100
Renovation
Post-Bid
$1,000,000 CJ est. value
Virginia Beach, VA 23460

B-310 Structural Wall Repairs at Operations Facility, Dam Neck Annex
Renovation
Post-Bid
$500,000 CJ est. value
Virginia Beach, VA 23454

Building 527, Central Plant Repairs - Replace Pump Motors and Repair/Recondition VFD's, Dam Neck Annex
Renovation
Post-Bid
$1,000,000 CJ est. value
Virginia Beach, VA 23454

Repair Roof, Siding, and Inspect Termites on Village Buildings
Renovation
Post-Bid
$500,000 CJ est. value
Virginia Beach, VA 23454

B150 Replace Rooftop Curbs, NAS (Naval Air Station) Oceana
Renovation
Post-Bid
$1,000,000 CJ est. value
Virginia Beach, VA 23460

Repairs to Building Envelope at Operations Facility, Bldg 355, Dam Neck Annex
Renovation
Post-Bid
$2,000,000 CJ est. value
Virginia Beach, VA 23454

Replace 30 Ton Chiller, B1
Renovation
Post-Bid
$250,000 CJ est. value
Virginia Beach, VA 23460

SOF SBT20 Floating Piers
Addition, Demolition, Infrastructure
Post-Bid
$500,000 CJ est. value
Virginia Beach, VA 23459

Last Updated 06/15/2023 06:07 AM
Project Title

Building 3856, Repair Classroom and Office Spaces, JEB Little Creek- Fort Story

Physical Address View project details and contacts
City, State (County) Virginia Beach, VA 23455   (Virginia Beach City County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Bids by Invitation, Competitive Bids
Project Status Bidding, Construction start expected August 2023
Bids Due View project details and contacts
Estimated Value $1,000,000 [brand] Estimate
Plans Available from Civil Engineer
Owner View project details and contacts
Architect View project details and contacts
Description

All terms and conditions of N40085-18-D-1124/1125/1126/1127/1128 Indefinite Delivery / Indefinite 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 issue, please contact Jessica Paucar at jessica.l.paucar.civ@us.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 RFP No.: N4008523R2677 Title: Repair Classroom and Office Spaces Location of the work: Joint Expeditionary Base Little Creek - Fort Story (Little Creek Site), Virginia Beach, VA The Government intends to award a firm-fixed price task order. Description of the work: Reference the specifications (Attachment A) and drawings (Attachment B). The Contractor shall provide supervision, labor, material, and equipment required to perform all work for the following project: Repair Classroom and Office Spaces, Joint Expeditionary Base Little Creek - Fort Story (JEBLCFS), Little Creek site, Virginia Beach, VA 23459-8616. Time for completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work (APR 1984), all work and options shall be completed within 360 calendar days after award. Estimated Price Range: In accordance with FAR 36.204 Disclosure of the Magnitude of Construction Projects, the estimated price range is between $500,000 and $1,000,000. NAICS Code: 236220 -- Commercial and Institutional Building Construction Wage Determination: General Decision Number VA20230167 1/13/2023 (Attachment C) as of the date of this RFP. 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 $252.95 for each calendar day of delay until the work is completed or accepted. Utilities: If Applicable; Refer to the Specifications (Attachment A) NOTE: Any Government utility costs will be charged to the Contractor at prevailing rates. 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. Government Furnished Property: There is no Government Furnished Property. Basis for Award: This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. 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. In accordance with FAR 28.102-1, the following payment protections are required from the awardee fifteen (15) days after date of award: Payment Bond and Performance Bond. Minimum Insurance Requirements: Offerors shall consider the costs of incorporating the required Minimum Insurance Requirements when submitting proposals. The awardee will be required to demonstrate proof of the following insurance requirements within fifteen (15) calendar days after award: o Comprehensive general liability: $500,000 per occurrence. o Automobile liability: $200,000 per person, $500,000 per occurrence for bodily injury, $20,000 per occurrence for property damage. o Workmen's compensation as required by Federal and State workers' compensation and occupational disease laws. o Employer's liability coverage of $100,000, except in States where workers compensation may not be written by private carriers. o Others as required by state law. Proposal Acceptance Period: Proposal acceptance period shall be 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. FAR 52.236-27 Site Visit (Construction) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in anycontract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for May 9, 2023 at 1000 hours EST. (c) 1300 Helicopter Road, BLDG 3866 (Behind G2 Headquarters) , JEB Little Creek-Fort Story (Little Creek Site), Virginia Beach, VA. This will be the ONLY Government scheduled Site Visit. Please follow the instructions below if you will need base access. Start this process as early as possible as escorts will not be available the day of the site visit. ***NOTE: Please inform Jessica Paucar at Jessica.l.paucar.civ@us.navy.mil at your soonest if you will or will not be attending the site visit. All prospective offerors are urged to attend this site visit. The pre-proposal site visit will be held for the following purposes: familiarization with the extent and nature of project; explaining concepts involved, specifications, terms and conditions, and unique RFP features. The Government will not provide any verbal answers to any verbal questions posed during the pre-proposal conference/site visit. Offerors shall submit written questions for any issues that may arise during the conference (see Pre-Proposal Inquiries below). The Government will provide written responses to any such questions via electronic RFP amendment posted to https://sam.gov. No minutes of this meeting will be issued. Remarks and explanations addressed during the conference shall not qualify or alter any RFP terms or conditions. The terms and conditions of this RFP will remain unchanged unless amended in writing. Contractors ARE NOT ALLOWED to use any cameras, tape recorders, or other recording devices during the site visit unless approved by appropriate NAVFAC personnel. 1. All Base Access requests must be submitted through the Little Creek Access email address at NAVFACML_PWDLittleCreek-Access@navy.mil. It is the responsibility of the Prime Contractor to submit requests. 2. The SECNAV 5512 form (Attachment D) and One Day Pass excel spreadsheet (Attachment E) must be completely filled out and submitted to the email address above. a. SECNAV 5512 must be completely filled out. The following sections, 1, 2, 8, 14, 15, 25, 29, 30, and 31, if not complete, will result in the form being rejected and returned for resubmission. Due to government system restraints, your scanned 5512 form should be 150 - 500 KB to transmit encrypted to security successfully. Please label your forms last name, first name (ONLY) when submitting; a separate document must be submitted for each individual. Complete block 25 with the following base sponsor information: Britney Olson, 757-462-1005. b. The ODP spreadsheet should have all highlighted columns completed. The company name is how you will be listed on the CNIC website. Please list your individuals in alphabetical order on your spreadsheet, and no more than 10 individuals per spreadsheet. Label your spreadsheet as ODP - Company Name (ONLY). 3. In the submission email, please state the company name, title of project, contract / task order, and the start / end dates for requested access. Please extend your end date out as far as possible (2 years is the maximum). 4. Processing time is 15 - 21 business days. If someone is denied clearance, the procurement technician (PT), Britney Olson, will be notified and an email with the findings will be sent to you. For follow-up or questions, please contact the PT at britney.f.olson.civ@us.navy.mil. Please check the below CNIC website for approval / clearance before sending an inquiry email. NOTE: Website is updated by the Regional Office as individuals are cleared. https://www.cnic.navy.mil/regions/cnrma/om/contractor_verification_system.html 5. After the receiving clearance, direct individuals to the Pass and ID office with the proper identification (two forms of ID and a copy of the SECNAV 5512). For vehicles, please make sure you have your vehicle registration and proof of insurance. Pre-Proposal Inquiries (PPIs): PPIs must be submitted electronically via Pre-Proposal Inquiry Form (Attachment F), to Jessica Paucar at jessica.l.paucar.civ@us.navy.mil no later than May 12, 2023 at 1400 hours EST in order to process all inquiries by the proposal due date. Proposal Due Date: May 24, 2023 at 1400 hours EST. LATE PROPOSALS WILL NOT BE CONSIDERED. Proposal Delivery Information: Proposals should be sent via email to jessica.l.paucar.civ@us.navy.mil and katherine.l.dinneen.civ@us.navy.mil. All required proposal documents shall be submitted in accordance with FAR 15.208. Refer to "Basis for Award" for complete submittal instructions. NOTE: An acknowledgement of proposal receipt will be sent to you. In the event contractors do not receive an acknowledgement, this means that the proposal was not received and will not be accepted if submitted LATE. It is the contractor's responsibility to make sure their proposal was received. Send an email and follow-up with a phone call if you do not receive an acknowledgment that your proposal has been received. *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