Similar Projects
O'Reilly Auto Parts (NB2) / New Bern
New Construction, Infrastructure
Conception
$400,000 CJ est. value
New Bern, NC 28560

Construction of a Round-a-bout
Infrastructure
Bidding
$4,000,000 CJ est. value
New Bern, NC 28562

City of New Bern Stanley A. White Recreation Center
New Construction, Infrastructure - 35,000 SF
Bidding
$14,000,000 CJ est. value
New Bern, NC 28560

North Carolina MATOC for General and Design/Build Construction
Term Contract
Post-Bid
$250,000,000 CJ est. value
Apex, NC 27523

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

Y--Design-Bid-Build (Dbb) P990 F-35B Vertical Lift Fan Marine Corps Air Station, Cherry Point, North Carolina.
New Construction - 10,500 SF
Results
$10,000,000 to $25,000,000 est. value
Cherry Point, Havelock, NC 28533

B4504 Repair Damaged Magazine
Renovation
Results
$25,000 to $100,000 est. value
Cherry Point, NC 28533

Hatteras Yachts Expansion / New Bern
Addition, Demolition, Infrastructure, Renovation
Pending Verification
$34,000,000 CJ est. value
New Bern, NC 28560

Repair and Upgrade B4034 - FRCE
Renovation
Bidding
$10,000,000 CJ est. value
Marine Corps Air Station Cherry Point, NC 28532

P134, Construct Slocum Road Physical Security Compliance
New Construction, Infrastructure, Renovation
Post-Bid
$100,000,000 CJ est. value
Marine Corps Air Station Cherry Point, NC 28532

2022 Sewer Line and Manhole Repair at 113 Berkshire Drive
Infrastructure
Results
$35,000 CJ est. value
Havelock, NC 28532

Goshen Medical Center
New Construction, Infrastructure - 8,703 SF
Bidding
$5,056,000 CJ est. value
New Bern, NC 28562

Roadhouse - Cherry Point
New Construction
Post-Bid
NC

2022 Paving Maintenance Bid
Infrastructure
Results
$924,854 CJ est. value
Havelock, NC 28532

Work Barge Skyco Drydock
Infrastructure
Bidding
$10,000 CJ est. value
New Bern, NC 28562

Last Updated 03/31/2023 01:01 AM
Project Title

FY 23 MCON Project P-1066 CH-53K Gearbox Repair & Test Facility MCAS Cherry Point

Physical Address View project details and contacts
City, State (County) Marine Corps Air Station Cherry Point, NC 28532   (Craven County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Military Facility, Site Development
Contracting Method Competitive Bids
Project Status Contract Award, Request for Qualifications, Construction start expected November 2023
Bids Due View project details and contacts
Estimated Value $34,429,840 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Mar 30, 2023 Contract Award Number: N4008520D0035 Task/Delivery Order Number: N4008523F4948 Contractor Awarded Unique Entity ID: SBVUVJ2G3NL4 Contractor Awarded Name: SAUER CONSTRUCTION, LLC Contractor Awarded Address: Jacksonville, FL 32216-0952 USA Base and All Options Value (Total Contract Value): $34,429,840.00 All terms and conditions of N4008520D0032/0033/0034/0035/0036 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 issue please contact Brittany Cristelli at brittany.n.cristelli.civ@us.navy.mil. Incorporation of Technical Proposal: The Contractor's technical proposal, including revisions and amendments, made prior to contract award and a copy of which is in the possession of both parties, will be incorporated into this contract upon award by reference with the same force and effect as if set forth in full text. All contractor personnel shall meet or exceed the qualification standards, experience levels and trade background set forth in the technical proposal. In the event of an inconsistency between the provisions of this contract and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) Task Order, (ii) the contract (excluding the technical proposal), and then (iii) the technical proposal. NAVFAC Solicitation No.: N40085-22-R-2811 The specifications, drawings, and other pertinent attachments are posted under 'Attachments/Links.' Amendments will be posted directly to Sam.gov. It is the sole responsibility of the Offeror to obtain the RFP files, along with any amendments, from Opportunities . Title: DESIGN-BID-BUILD (DBB), P-1066, CH-53K GEARBOX REPAIR & TEST FACILITY MARINE CORPS AIR STATION (MCAS), CHERRY POINT, NORTH CAROLINA Description of the Work: This project will construct a 31,627-SF H-53K gearbox repair and test facility and will include a disassembly area, kitting area, production control/clean parts area, assembly area for the main rotor gearbox, assembly area for the intermediate and tail rotor gearboxes, flushing room and integrated quality team area, main rotor gearbox test cell, nose gearbox test cell, and intermediate/tail rotor gearbox test cell. Constructs a CH-53K Gearbox Repair and Test Facility consisting of a single story high bay building. Construction shall be reinforced masonry walls and steel columns supporting a steel frame, and standing seam metal roof. A deep foundation system is included to support the building superstructure. The facility will include a disassembly area, parts kitting area, production control/clean parts area, assembly area for the main rotor gearbox, assembly area for the intermediate, nose, and tail rotor gearboxes, flushing room and integrated quality team area, main rotor gearbox test cell, nose gearbox test cell, and tail rotor/intermediate gearbox test cell. Sound attenuation will be provided in the test cells. Acquisition Strategy: This solicitation/contract provides for preconstruction services and an option for construction services using the Early Contractor Involvement (ECI) approach. The Contractor will initially propose a price for preconstruction services and an Initial Target Price and Initial Target Profit for the construction option. There will also be a separate line item for Furniture, Fixtures & Equipment (FF&E). The Contractor shall provide preconstruction consulting services to assist the AE working for the Government with the development of the design of the facility described herein. These services include advice on the time and cost consequences of AE design decisions based on market conditions, DBB, P-1066 CH-53K Gearbox Repair & Test Facility Solicitation N40085-22-R-2811 MCAS, Cherry Point, NC Work Order 1710805 3 material availability, constructability, sequencing and other services as described herein, in order to obtain the best quality facility possible within the Ceiling Price and the required delivery schedule. Upon completion of the Pre-Final design by the Government's AE, the Government will provide the Pre-Final design package to the Contractor and the Government will request the Contractor to provide a firm fixed price proposal for the associated construction effort for that package. The Government and Contractor will negotiate a firm fixed price for the construction effort with the appropriate profit adjustments in accordance with FAR 52.216-17. The Government may then award the construction efforts for the design package. (See ECI Statement of Services). Magnitude of Construction: Between $25,000,000 and $100,000,000 Period of Performance for Preconstruction Services: The Government anticipates that the award of preconstruction services will be no later than 30 December 2022. Preconstruction services will be performed through the design phase and continue until award of all construction options. Currently, the planned pre-final design submittal is 7 March 2023 and the final design submittal is 20 April 2023 with an anticipated award of the construction option no later than 10 November 2023. Time for Completion: Contract completion date is 1,063 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 Determination: Department of Labor (DoL) General Decision Number NC2020220065 02/25/2022 applies to this work. Should this wage determination be modified by DoL prior to award, the most current wage determination will be incorporated at the time of award. 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 $2,426.00 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. Electronic files of all documents, including native drawing files, i.e. ACAD or such. Government Furnished Property: Not Included. 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 $3,000,000, whichever is less. DBB, P-1066 CH-53K Gearbox Repair & Test Facility Solicitation N40085-22-R-2811 MCAS, Cherry Point, NC Work Order 1710805 4 Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers. 52.216-17, Incentive Price Revision - Successive Targets (Oct 1997) (a) General. The supplies or services identified in the Schedule as Item 0002 are subject to price revision in accordance with this clause; provided, that in no event shall the total final price of these items exceed the ceiling price of See CLIN 0002 dollars ($___Contracting Officer completes at Award). The prices of these items shown in the Schedule are the initial target prices, which include an initial target profit of See CLIN 0002B (___% Contracting Officer complete at Award) percent of the initial target cost. Any supplies or services that are to be -- (1) Ordered separately under, or otherwise added to, this contract; and (2) Subject to price revision in accordance with this clause shall be identified as such in a modification to this contract. *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. Addendum #1-#5 have been issued as of 11-28-2022.

Details

1 Story Above Grade, 20,000 SF.
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