Similar Projects
Lettie Marshall Dent Elementary School - Modernization - PS-2101 - St. Mary's County
Addition, Renovation, Infrastructure - 17,904 SF
Conception
$7,211,000 CJ est. value
Mechanicsville, MD 20659

O'Reilly Auto Parts (LPM) / Lexington Park
New Construction, Infrastructure
Design
$400,000 CJ est. value
Lexington Park, MD 20653

O'Reilly Auto Parts (HLW) / Hollywood
New Construction, Infrastructure
Design
$400,000 CJ est. value
Hollywood, MD 20636

RFP D/B - B1652 Construction Ascet Facility E-68 LRP
Addition, Demolition, Infrastructure
Bidding
$3,142,969 CJ est. value
Patuxent River, MD 20670

Waste Water Treatment Plant Expansion
Addition, Demolition, Infrastructure
Post-Bid
$35,000 CJ est. value
Leonardtown, MD 20650

17th Century Chapel Tabernacle
Renovation, Infrastructure
Post-Bid
$100,000 CJ est. value
Saint Marys City, MD 20686

Clements Convenience Center Site Improvements
Infrastructure
Results
Clements, Millersville, MD 20624

Point Lookout State Park Water and Sewer Rehabilitation
Infrastructure
Results
$8,999,999 CJ est. value
Scotland, MD 20687

First Colony POD 5
New Construction, Infrastructure - 209,838 SF
Pending Verification
$90,000,000 CJ est. value
Lexington Park, MD 20653

D/B B306 REPAIR HANGAR DOOR TRACKS - NAS PAX RIVER
New Construction, Infrastructure
Post-Bid
$5,000,000 CJ est. value
Patuxent River, MD 20670

Fine Mill, Patch, and Resurface at Various Locations in St. Mary's County
Infrastructure
Results
$6,480,373 CJ est. value
Leonardtown, MD 20650

Department of Maintenance - GKES Fire Tank Supply Line Replacement
Infrastructure
Post-Bid
$380,000 CJ est. value
Great Mills, MD 20634

Asphalt Overlay CY2023
Infrastructure
Results
$2,358,400 CJ est. value
Leonardtown, MD 20650

Hollywood Elementary School Well Pump Replacement
Infrastructure
Post-Bid
$160,000 CJ est. value
Hollywood, MD 20636

B2759 Install Back-up Power Fuel Farm - Patuxent Naval Air Station
New Construction, Infrastructure
Post-Bid
$1,000,000 CJ est. value
Patuxent River, MD 20670

Last Updated 03/29/2023 01:02 AM
Project Title

RFP D/B - B8076 Wolf Firehouse Renovations

Physical Address View project details and contacts
City, State (County) Patuxent River, MD 20670   (Saint Marys County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Fire/Police Station, Site Development
Contracting Method Bids by Invitation, Competitive Bids
Project Status No longer Accepting Requests, Construction start expected November 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $4,337,448 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PROPOSAL PREPARATION AND COSTS All contractors shall propose on each Request for Proposal (RFP) issued under this contract, unless a written determination is forwarded to the Contracting Officer/Ordering Officer which documents why a contractor is unable to propose. This written determination will be forwarded to the Contracting Officer/Ordering Officer within 5 days after receipt of the RFP. All drawings, and specifications will be distributed to the POCs listed on the front page via SAM.gov: https://sam.gov. Amendments will be sent directly via email to MACC Holders GENERAL REQUIREMENTS All terms and conditions of N40080-22-D-1113/1114/1115/1116/1117/1118 and N40080-23-D1120 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. All contract clauses in the Basic Contract by reference or full text remain in effect unless superseded by this task 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 the POC as listed above. NAVFAC Solicitation Number: N4008023R2100 NAVFAC Project No.: 1725518 Title: B8076 WOLF Firehouse Renovation Location of the Work: Webster Field Description of the Work: DESIGN BUILD - This work includes the demolition, renovation, new construction and temporary construction of a low-rise satellite fire station at the existing Building 8076 Webster Field Firehouse site. Estimated Budget Amount or Price Range: The Design Build amount is $4,337,448 NAICS CODE: 236220 - Commercial and Institutional Building Construction Time for Completion: In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the Government desires completion of construction within 600 calendar days after award (includes 15 calendar days for submission and approval of bonds and insurance). Wage Determination: Department of Labor (DoL) General Decision Number MD20230008 01/06/2023 applies to this work. See Attachment B. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. 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 - Construction, Liquidated Damages will be assessed in the amount of $708.00 for each calendar day of delay until the work is completed or accepted. Utilities: The Contractor shall be responsible for obtaining, either from available Government sources or local utility companies, all utilities required for construction and testing. The Contractor shall provide these utilities at his expense, paid for at the current utility rate delivered to the job site. The Contractor shall provide and maintain all temporary utility connections and distribution lines, and all meters required to measure the amount of each utility used. 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. Bond Requirements: In accordance with FAR 28.101-4 and FAR 52.228-15 Performance and Payment Bond - Construction, Performance and Payment Bonds, Bonds (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or $3,000,000, whichever is less. are required from the awardee and shall be submitted for approval to the Contracting Officer within 15 days after award of the Task Order. Commencement of construction is contingent upon approval of required bonds. An electronic copy of your bid bond must be submitted with your proposal. A hard copy of your bid bond will be requested from the apparent awardee upon confirmation of their price and must be submitted to the PCO office within one (1) buisness day from time of request. Failure to submit an electronic copy of your bid bond with your proposal will result in your proposal being deemed non-responsive and your proposal removed from consideration. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers. Site Visit: All MACC holders are invited to attend Site Visit for the project. Information is below: Site Visit: Site visit is scheduled for 22 February 2023 at 10:30 AM. The site visit will begin at the Public Works Department Building 504/504A Pavilion located on the back side of B504. After a brief description of the project and then travel to Webster Field for the site visit at building 8076. Base Access Requests shall be submitted via email to Jennifer Coffman at jennifer.e.coffman2.civ@us.navy.mil by 4:00 PM on Friday February 17, 2023. There will only be one Government sponsored site visit. Pre Proposal Inquiry (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 must be made in writing and shall be submitted via email to Jennifer Coffman at jennifer.e.coffman2.civ@us.navy.mil no later than 2 March 2023 by 2:00 PM EST with inquiries attached as a Word document (no tables please). Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment. Proposal Due Date: Friday, 24 March 2017 no later than 2:00 pm local time. LATE PROPOSALS WILL NOT BE CONSIDERED. PROPOSALS SHALL BE EMAILED TO: Jennifer Coffman at jennifer.e.coffman2.civ@us.navy.mil. It is highly recommended to add a read receipt to your email submission. Facsimile transmissions of proposals, acknowledgements of amendments, or modifications to proposals are not authorized. The proposal must be submitted via email to ALL of the emails listed above. Subject line should contain the ACQR number a, Project Title, and contractor information. All amendments, drawings, and specifications will be distributed to the POCs listed on the front page via Sam.gov. NOTE THE FOLLOWING: Any changes to the scope of work, technical specifications, or drawings will be issued on a Standard Form (SF) 30. This request does not constitute a notice to proceed nor shall it be considered as a commitment on the part of the Government. Any costs incurred prior to issuance of a task order cannot be reimbursed. Offerors will not be reimbursed for any effort or proposal costs resulting from this solicitation. 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. If funding becomes available, the successful Offeror will be issued a task order under their contract, as set forth in DFARS 252.216-7006, Ordering. 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. The price only 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. 1. Submittal Requirements and Basis of Evaluation. Price: (1) Solicitation Submittal Requirements - Offeror shall submit the following: Cover page that includes: - Solicitation Number & Title - Prime Contractor Name, Address, Phone Number, Unique Entity Identifier (UEI), and Cage Code - Point of Contact Name, Phone Number, and Email Price Proposal Form Amendments Acknowledged (if applicable) Bid Guarantee (2) Basis of Evaluation - The Government will evaluate price based on the total lump sum price. Total price consists of the basic requirements and all option items (CLINs 0001- 0002). The Government intends to evaluate all options in accordance with FAR 52.217-5, Evaluation of Options (JUL 1990). In accordance with FAR 52.217-5, Evaluation of Options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: i. Comparison of proposed prices received in response to the RFP. ii. Comparison of proposed prices with the IGCE. iii. Comparison of proposed prices with available historical information. iv. Comparison of market survey results The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to the Offeror submitting the lowest price proposal. The Government intends to evaluate proposals and issue a task order without discussions (except clarifications as described in FAR 15.306(a)).. Therefore, each initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determine by the Contracting Officer to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. *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, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Panel Doors, Multi-Leaf Vertical Lift Doors.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Flooring, Acoustic Treatment, Painting, High-Performance Coatings.
Division 10 - Specialties, Signage, Compartments and Cubicles, Toilet Compartments, Shower and Dressing Compartments, Toilet, Bath, and Laundry Accessories, Emergency Aid Specialties, Fire Protection Specialties, Lockers, Wardrobe and Closet Specialties, Flagpoles, Flags and Banners.
Division 11 - Equipment, Unit Kitchens.
Division 12 - Furnishings, Countertops, Rugs and Mats.
Division 14 - Conveying Equipment, Slide Pole Systems, Firehouse Slide Poles.
Division 21 - Fire Suppression, Facility Fire-Suppression Water-Service Piping, Fire-Department Connections, Fire Pumps.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Facility Water Distribution, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Emergency Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Power Distribution Units, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Call Management, Distributed Audio-Video Communications Systems.
Division 28 - Electronic Safety and Security, Electronic Detection and Alarm, Fire Detection and Alarm.
Division 31 - Earthwork, 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.
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