Similar Projects
Munitions Load Crew Training Facility
New Construction - 8,279 SF
Design
$5,000,000 to $10,000,000 est. value
Joint Base Andrews, MD

Defense Logistics Agency (Dla) Site Improvements, Fort Meade, Md
Renovation
Design
$10,000,000 to $25,000,000 est. value
Fort Meade, MD 20755

RFQ - Design-Build (DB)/Design-Bid-Build (DBB), Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities
Term Contract
Bidding
$10,000,000 CJ est. value
Annapolis, MD 21401

Army $499 Million Construction MATOC IDIQ - USACE Baltimore Phase 2
Renovation - 64,369 SF
Bidding
$10,000,000 CJ est. value
Fort Meade, MD 20755

East Campus Building 5 (ECB5) Pre-Construction / Construction Services
New Construction
Post-Bid
Less than $500,000,000 est. value
Fort George Meade, MD 20755

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

Construct F-16 Flight Simulator Facility
New Construction - 13,000 SF
Results
$5,000,000 to $10,000,000 est. value
Joint Base Andrews, MD

Construct F-16 Flight Simulator Facility at Joint Base Andrews, Maryland
New Construction
Results
Clinton, MD

CBIRF Obstacle Course Repairs
Renovation
Design
Indian Head, MD 20640

J059--Perry Point Automatic Doors Maintenance Contract Base + 4 Option Years
Term Contract
Bidding
Perry Point, MD 21902

P3005, Design Build, Child Development Center, Joint Base Andrews, Camp Springs, MD
New Construction, Demolition - 48,296 SF
Post-Bid
$10,000,000 to $25,000,000 est. value
Camp Springs, MD

NMLPDC1 Modernize NPDS Corridors Replace NPDS Drinking Fountains Replace NPDS Carpet
Renovation
Results
$500,000 to $1,000,000 est. value
Bethesda, MD 20814

Provide and install 8 replacement coils in Wallops Flight Facility drycooler.
Renovation, Infrastructure
Design
$100,000 CJ est. value
Greenbelt, MD 20770

RFQ Contractor- Deionized Water Systems Maintenance
Term Contract
Bidding
Gaithersburg, MD 20899

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

Last Updated 07/12/2023 03:06 AM
Project Title

P203U - Building 3464 Add and Repair Crash Rescue Station #2

Physical Address View project details and contacts
City, State (County) Andrews Air Force Base, MD 20762   (Prince Georges County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Bids by Invitation, Competitive Bids
Project Status Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $25,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

NAVFAC Project No.: N4008023R6081 NAVFAC ACQR No.: 5936081 Title: P203U - Bldg. 3464 Add & Repair Crash Rescue Station #2 Location of the Work: Joint Base Andrews, MD Description of the Work: Work will consist of repair and renovation of Crash Rescue Station 2, to include: Site preparation, communications, electrical, fire protection, heating ventilation & cooling system, plumbing, replacing flooring, repainting interior, updating lighting, remodeling men/women latrine, select door replacement throughout facility, and refreshing finishes. Estimated Budget Amount or Price Range: In accordance with DFARS 236.204 (or FAR 36.204, depending on project size) Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is between $10,000,000.00 and $25,000,000.00. 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 380 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 MD20230044 01/13/2023 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 - Construction, Liquidated Damages will be assessed in the amount of $535.00 for each calendar day of delay. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services, when available, the Government will provide reasonable amounts of electric, water and compressed air for the work to be performed under this contract at no cost to the contractor. Add rates if Utilities are paid by the Contractor. 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. Bond Requirements: Bid Bonds are required in accordance with FAR 28.101-4 (for projects over $150,000). An electonic copy of your bid bond must be submitted with your proposal. A hard copy of your bid bond will be requested from the apparent low uplon confimration 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. In accordance with FAR 52.228-15 Performance and Payment Bond - Construction, Performance and Payment Bonds are required from the awardee and shall be submitted for approval to the Contracting Officer within 10 days after award of the Task Order. Commencement of construction is contingent upon approval of required bonds. Proposal Acceptance Period: Proposal acceptance period shall be 120 days from receipt of offers. Site Visit: Site Visit date is TBD via an amendment to this RFP. There will only be one Government sponsored site visit. If you wish to attend the site visit, please fill out RFP Attachment F in its entirety for EACH individual from your firm who will be attending, and please submit back to Anthony Coniglio at anthony.l.coniglio2.civ@us.navy.mil. The due date for this form with the requested information will be exactly 1 week prior to the date of the Site Visit. Additional details in regards to the Site Visit will be provided via an amendment. Pre-Proposal Inquiry (PPIs): All inquiries must be made in writing and shall be submitted via email to Anthony Coniglio at anthony.l.coniglio2.civ@us.navy.mil no later than March 28, 2023 by 2:00 PM EST with inquiries submitted via RFP Attachment D. 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: Wednesday, 12 April 2023 no later than 2:00 PM EST. LATE PROPOSALS WILL NOT BE CONSIDERED. The Proposal is to be submitted to the names listed below using the DoD Secure Access File Exchange Services (SAFE), Drop-off feature in DoD SAFE (https://safe.apps.mil): Anthony Coniglio at anthony.l.coniglio2.civ@us.navy.mil Cynthia Crowder at cynthia.y.crowder.civ@us.navy.mil Only DoD SAFE is authorized for the submission of proposals in response to this solicitation. DOD SAFE (Secure Access File Exchange) website: https://safe.apps.mil/. In order to submit a proposal through the DOD SAFE website, offerors must Request a Drop-Off. Please submit via email to Anthony Coniglio at anthony.l.coniglio2.civ@us.navy.mil, the name, email address, and phone number of the individual(s) who need access to DOD SAFE. The recipient(s) will receive an automated email containing the instructions for uploading the file(s). Instructions on how to use DOD SAFE can be found on this website. Submissions must be received by the due date and time listed above. Facsimile copies will NOT be accepted. 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 restated in this RFP package or the task order award document. For clarification on any clause or other contractual issue please contact Anthony Coniglio at anthony.l.coniglio2.civ@us.navy.mil. NOTE THE FOLLOWING: o The Government intends to evaluate proposals and issue a task order without discussions. 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. o Any changes to the scope of work, technical specifications, or drawings will be issued on a Standard Form (SF) 30. o This request does not constitute a notice to proceed nor shall it be considered as a commitment on the part of the Government. o 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. o 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. o 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: 1. 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. For this order, the best value is expected to result from selection of the proposal with the lowest evaluated price. 2. Submittal Requirements and Basis of Evaluation. Price: Solicitation Submittal Requirements - Offeror shall submit the following: o Cover page that includes: - Solicitation Number & Title - Prime Contractor Name, Address, Phone Number, DUNS, and Cage Code - Point of Contact Name, Phone Number, and Email o Price Schedule Form (RFP Attachment C) o Amendments Acknowledged (if applicable) o Bid Guarantee (2) Basis of Evaluation - The Government will evaluate price based on the total price. Total price consists of the basic requirements and all option items. 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 RFP ATTACHMENTS: ATTACHMENT A - P203U Specifications ATTACHMENT B - P203U Drawings ATTACHMENT C - P203U Price Schedule ATTACHMENT D - Pre-Proposal Inquiry (PPI) Form ATTACHMENT E - Wage Determinations ATTACHMENT F - Joint Base Andrews Base Access Form

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