Similar Projects
New Riverside Park / Barn Site - 00085 - Town of Bluffton
Infrastructure
Conception
$3,872,112 CJ est. value
Bluffton, SC 29909

Buck Island Road Drainage Improvements - 00100 - Town of Bluffton
Infrastructure
Conception
$87,500 CJ est. value
Bluffton, SC 29910

Desai Hotel / Beaufort
New Construction, Infrastructure - 3,600 SF
Design
$30,000,000 est. value
Beaufort, SC

Desai Hotel / Beaufort
New Construction, Infrastructure - 3,600 SF
Design
$30,000,000 est. value
Beaufort, SC

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

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

Cross Island Parkway (US 278) Toll Conversion Design-Build Project
Post-Bid
SC

Buckwalter Recreation Complex Expansion (BRACE) - Beauford County
Addition, Demolition, Renovation, Infrastructure
Post-Bid
$500,000 CJ est. value
Bluffton, SC 29910

Design-Build and Design-Bid-Build Indefinite-Delivery Indefinite-Quantity Multiple Award Construction Contract for Naval Facilities Engineering Command Southeast Area of Operations N69450-20-R-0097
Results
$20,000,000 to $100,000,000 est. value

Road Resurfacing Year 5
Infrastructure
Results
SC

Pine Court Apartments
New Construction, Infrastructure
Construction
$6,000,000 CJ est. value
Beaufort, SC 29902

Pine Court Apartments
New Construction, Infrastructure
Construction
$6,000,000 CJ est. value
Beaufort, SC 29902

Washington Square East
New Construction, Infrastructure
Pending Verification
$7,000,000 CJ est. value
Bluffton, SC 29910

Washington Square East
New Construction, Infrastructure
Pending Verification
$7,000,000 CJ est. value
Bluffton, SC 29910

Dev Plan - Pritchardville Elementary School Modular Classrooms - Ward Edwards Engineering
Addition, Demolition, Infrastructure - 7,800 SF
Conception
$1,000,000 CJ est. value
Bluffton, SC 29910

Last Updated 03/10/2023 12:12 PM
Project Title

P485 - F35 Operational Support Facility

Physical Address View project details and contacts
City, State (County) Beaufort, SC 29904   (Beaufort County)
Category(s) Government/Public, Heavy and Highway, Sewer and Water
Sub-Category(s) Military Facility, Paving/Reconstruction, Sidewalks/Parking Lot, Site Development, Water Lines
Contracting Method Bids by Invitation, Competitive Bids
Project Status Bidding, Construction start expected July 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 N400852D0097/0098/0099/0100/0101/0102/0103/0104/0105/0106 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 Philip Cole at Philip.j.cole@us.navy.mil. Amendments will be posted directly to www.sam.gov. NAVFAC Solicitation No.: N40085-22-R-2571 NAVFAC Specification/Drawings: Work Order No. 1362850 and associated drawings uploaded to sam.gov Title: P485 - F35 Operational Support Facility Location of the Work: Marine Corps Air Station (MCAS) Beaufort, South Carolina Description of the Work: The work includes the following and incidental related work. The work Construction of a new 12,000 SF operational support facility. Site preparation includes site clearing, excavation, and preparation for construction. Special foundation features include a pile supported foundation system. Paving and site improvements include landscaping, curbs, signage, sidewalks, storm water management, earthwork, grading, and approximately 337 m of level 2 fencing. Electrical utilities include primary and secondary distribution systems, transformer, interior and site lighting, and telecommunications information systems. Mechanical utilities include heating and ventilation, water lines, fire protection system and supply lines. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facilities Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. Estimated Price Range: In accordance with FAR 36.204(g), 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 365 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 SC20220008 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 $650 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. 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 Philip Cole at philip.j.cole@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 will be held on May 24, 2022 at 09:00 Easter Daylight Time at the Public Works Conference Room located at the following address: S4 Public Works Division Building 616, 200 Moore Street MCAS Beaufort, SC All attendees must submit Form SECNAV 5512 (Attachment E) to Scott Roberts at email: scott.j.roberts@usmc.mil no later than close of business May 17, 2022. Proposal Due Date: TUESDAY, June 14, 2022 at 02:00PM Eastern Daylight Time. LATE PROPOSALS WILL NOT BE CONSIDERED. Proposal Delivery Information: OFFERORS SHALL SUBMIT electronic proposals (.pdf format) in response to this solicitation using the PIEE Solicitation Module. Only the PIEE Solicitation Module is authorized for the submission of electronic proposals in response to this solicitation. Electronic proposal submissions should be no larger than 1.9 GB per file. Offerors shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Attachment D. Emailed submissions will not be accepted. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing the required content are the responsibility of the Offeror. PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any proposal submission. LATE PROPOSALS WILL NOT BE CONSIDERED. In response to this request for proposal, the complete proposal shall include the Price Proposal and the Non-Cost/Price Factors Proposal, submitted in accordance with the above 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

Military Facility, 12,000 SF New Construction.
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, Earthwork Methods, 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, Instrumentation and Control for Utilities, Water Utilities, Water Utility Distribution Piping, Water Utility Distribution Equipment, Disinfecting of Water Utility Distribution, Water Utility Storage Tanks, 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