DRAFT Solicitation for P 180, Naval Innovation Center, Naval Support Activity Monterey, CA | N6247324R0046
Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFAC SOUTHWEST SW

NAICS

Commercial and Institutional Building Construction (236220)
Timeline
    Description

    The Department of Defense, through NAVFAC Southwest, is preparing to solicit bids for the Design-Build P-180 Naval Innovation Center project located at Naval Support Activity Monterey, California. This project aims to construct a modern facility of over 286,617 gross square feet, which will include laboratories, collaboration spaces, and outdoor areas, emphasizing the importance of safety and small business participation throughout the procurement process. Interested parties are encouraged to review the draft solicitation and provide feedback on the technical requirements by October 25, 2024, at 2:00 PM PST, with inquiries directed to Christopher Rosario at christopher.d.rosario2.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil.

    Files
    Title
    Posted
    The document outlines a draft solicitation for the Design-Build P-180 Naval Innovation Center project located in Monterey, California. The project involves constructing a modern, flexible facility spanning over 286,617 gross square feet, featuring laboratories, collaboration spaces, and outdoor areas. The proposal submission is structured in two phases, requiring detailed documentation, including a cover letter, team consent forms, safety narratives, and financial questionnaires. Evaluation factors for Phase One focus on technical approach, experience, past performance, and safety assessments. Phase Two will include factors related to technical solutions, small business participation, and pricing. The government emphasizes the importance of utilizing small businesses, with specific subcontracting goals defined. Additionally, a focus on safety reporting and methods will be integral to evaluation. The document reflects typical government practices for RFPs, ensuring comprehensive submissions while encouraging small business engagement for project execution.
    Similar Opportunities
    Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
    N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting proposals for the design-build of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story in Virginia Beach, Virginia. This project entails the construction of a two-story, 60,000 square foot facility, along with the demolition of two existing buildings, and includes essential planning for utilities, landscaping, and secure space requirements for Navy operations. The estimated project cost ranges from $25 million to $100 million, with a completion timeline of 1,048 calendar days from the award date. Interested contractors must submit their proposals electronically by October 29, 2024, and are encouraged to contact Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or Amanda Bricker at amanda.l.bricker.civ@us.navy.mil for further inquiries.
    N62473-24-R-3210 Pre-Solicitation Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is issuing a pre-solicitation notice for a competitive contract titled N62473-24-R-3210. This opportunity involves a 100% small business set-aside for a firm-fixed price, indefinite delivery-indefinite quantity (IDIQ) base operating support contract at Naval Base Coronado, California, focusing on facilities support services. The contract is crucial for maintaining operational readiness and ensuring the effective management of facilities operations, including housekeeping services. Interested small businesses should contact Christine Roundy at christine.a.roundy.civ@us.navy.mil or 619-705-4937, or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil or 619-705-4920 for further details.
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corp Support Facility (MCSF) Blount Island Command (BIC) in Jacksonville, Florida. This procurement aims to establish a facility that will support lighterage and small craft operations, which are critical for enhancing operational capabilities and logistics for the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can direct inquiries to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    Y--P-440 REPLACEMENT OF NAVAL PIER 8, NAVAL BASE SAN DIEGO, SAN DIEGO, CA
    Active
    Dept Of Defense
    Sources Sought - DEPT OF DEFENSE, DEPT OF THE NAVY is seeking small business concerns for the design-build construction project to replace Naval Pier 8 at Naval Base San Diego, CA. The project involves the construction of a pile supported reinforced concrete pier with utilities, information systems, and anti-terrorism/force protection measures. The estimated contract price range is between $25,000,000 and $100,000,000. Interested sources are requested to provide contractor information, type of business, bonding capacity, and experience in constructing waterfront ship berthing structures. Responses are due by September 17, 2018.
    Y--P125 TEMPORARY MEDICAL FACILITIES AT NAVAL SUPPORT ACTIVITY BETHESDA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is planning to issue a Request for Proposals (RFP) for a Design Bid Build construction, firm fixed-price, contract for the P125 Temporary Medical/Clinical Facilities at Naval Support Activity Bethesda in Bethesda, MD. The project involves constructing approximately 100,000 square feet of temporary modular medical/clinical facilities to supplement vacated space during the demolition of on the Bethesda Campus. The facilities will be constructed in accordance with UFC 4-010-01, Section 1-8.7, Barrier Free Design in accordance with DoD criteria and DEPSECDEF Memorandum "Access for People with Disabilities" dated 31 October 2008, applicable energy conservation legislation, and applicable DoD Strategic Sustainability Performance Plan (SSPP) standards. The Government intends to award one firm fixed-price contract. The estimated construction magnitude of this project is between $25,000,000 and $100,000,000.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.
    Bldg. 135 Renovation
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting bids for the renovation of Building 135 at the Naval Support Activity in Indian Head, Maryland. This project involves the complete demolition of the existing structure, management of hazardous materials such as asbestos and lead-based paint, and the construction of a new decontamination facility, all while adhering to strict safety and environmental regulations. The renovation is critical for enhancing infrastructure and ensuring compliance with safety standards, including those set by the Maryland Department of the Environment (MDE) and the Occupational Safety and Health Administration (OSHA). Interested contractors must be holders of the SB Blue Multiple Award Construction Contracts (MACC) and are encouraged to contact Young Yi at young.j.yi2.civ@us.navy.mil or call 540-850-6469 for further details, as additional responses outside the specified contractor holders will not be considered.
    SOURCES SOUGHT FOR IDIQ JOC UNDER NAICS CODE 236220 FOR GENERAL CONSTRUCTION PROJECTS AT VARIOUS GOVERNMENT FACILITIES LOCATED WITHIN THE NAS LEMOORE, CA AOR
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Southwest, is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) focused on general construction projects at various government facilities within the Naval Air Station (NAS) Lemoore, California area. The procurement aims to identify contractors capable of performing new construction, repair, and renovation projects, with a total estimated contract value of $15 million over a maximum performance period of five years. Interested parties, particularly those certified as Small Businesses, SBA 8(a), HUBZone, Economically Disadvantaged Women Owned Small Businesses (EDWOSB), and Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their qualifications, bonding capacity, and relevant project experience by 2:00 p.m. on September 26, 2024, via email to Heather L. Race at heather.l.race.civ@us.navy.mil.