Similar Projects
RFQ - National Capital Seawall A/E IDIQ
Renovation
Conception
$25,000 CJ est. value
Denver, CO 80202

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 - Office of Construction and Facilities Management (CFM), Program Management (PM) Support services
Renovation
Design
Washington, DC 20001

RFP D/B - WNY-B33 NAVFAC HQ Distributed Workforce Initiative
Renovation
Bidding
$5,069,777 CJ est. value
Washington, DC 20003

USDA, Lot 9 Construction Project
Infrastructure, Renovation
Bidding
$350,000 CJ est. value
Washington, DC 20036

P-5001 Joint Air Defense Operations Phase 2
New Construction, Infrastructure
Post-Bid
$100,000,000 CJ est. value
Washington, DC 20036

NMIC-1 Refurbish Room 3A104, 2C120, and 2B100
Renovation
Post-Bid
Washington, DC 20395

RFQ D/B - Design/Build Department of Labor (DOL) Renovation and Reconfiguring of Office Space
Renovation
Conception
$30,000,000 CJ est. value
Washington, DC 20036

RFP D/B - GSA 11 D/B DOS Electrical Vault 1 Project at the Harry S. Truman Building
Renovation
Bidding
$2,400,000 CJ est. value
Washington, DC 20037

Multiple Award Construction Task Order Contract
New Construction, Renovation, Demolition
Post-Bid
Washington, DC - Baltimore, Perry Point, MD - Beckley, Clarksburg, Huntington, WV 21201

RFP D/B - GSA 11 D/B FOB 9th Street LED Retrofit at U.S. Secret Service Headquarters
Renovation
Bidding
$5,000,000 CJ est. value
Washington, DC 20223

National Defense University Building 59 Renovation / Fort McNair
Renovation - 130,000 SF
Post-Bid
$25,000,000 to $100,000,000 est. value
Washington, DC 20319

RFQ D/B - Design Build Building 210 1st and 2nd Floor Renovation Washington Navy Yard
Renovation
Bidding
$200,000 CJ est. value
Washington, DC 20003

NRL-A59 Roof Repairs (Roofing MACC)
Renovation
Post-Bid
$1,000,000 CJ est. value
Washington, DC 20032

Pentagon Renovation of 5E518-542 United States Marine Corps
Renovation
Bidding
$750,000 CJ est. value
Washington, DC 20036

Last Updated 08/09/2022 06:33 AM
Project Title

USNO-71 Renovate Server Room

Physical Address View project details and contacts
City, State (County) Washington, DC 20392   (District of Columbia County)
Category(s) Government/Public
Sub-Category(s) Military Facility
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 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 Uchenna Ojuka at uchenna.g.ojuka.civ@us.navy.mil. Amendments will be posted directly to www.sam.gov. NAVFAC Solicitation No.: N40080-20-R-0007 5939433 NAVFAC Specification/Drawings: Work Order No. 1736538 / eProjects 1727388 Title: USNO-71 Renovate Server Room Location of the Work: U.S. Naval Observatory, District of Columbia Description of the Work: The work includes the following and incidental related work to renovate USNO-71 Server Room in accordance with the specifications and drawings. Estimated Price Range: In accordance with FAR 36.204 Disclosure of the magnitude of construction projects, the magnitude of construction for this project 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 380 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 07/22/2022 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 $596.00 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. Page 3 of 4 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 $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 120 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 Uchenna Ojuka at uchenna.g.ojuka.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: Site visit To Be Determined All attendees must submit Form SECNAV 5512 (Attachment C) to Uchenna Ojuka at uchenna.g.ojuka.civ@us.navy.mil. Proposal Due Date: Monday, August 29, 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 Uchenna Ojuka at uchenna.g.ojuka.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. Evaluation Factors for Award 1. The proposed task order will be awarded to the responsible Offeror offering the best value to the Government. The lowest price source selection process is selected as appropriate for this acquisition because the best value is expected to result from selection of the proposal with the lowest evaluated price. To make a determination of best value, the Government shall evaluate each Offeror on price only. 2. 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, 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