D-B Construct Maritime Center of Excellence, Bizerte Tunisia
ID: N3319124R0033Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
    Description

    The U.S. Navy invites experienced firms to design and construct a Maritime Center of Excellence (MCOE) in Bizerte, Tunisia. This is a high-value procurement with a focus on delivering a state-of-the-art facility. The primary goal is to build a vehicle storage facility with office space, shoot-house, beach obstacle course, and shooting ranges, meeting Tunisian government standards.

    The successful awardee will undertake a turn-key project, encompassing architectural, structural, mechanical, and electrical work, as well as site improvements. The Navy prioritizes anti-terrorism standards, sustainable design, and compliance with local codes in the construction process. Additionally, the awardee will be responsible for building a perimeter security wall and landscaping the site.

    Firms interested in this procurement must demonstrate a thorough understanding of the project and their capabilities. The evaluation process will assess technical merit, past performance, and cost effectiveness. To ensure compliance with safety regulations, the contractor must appoint a competent safety oversight team and adhere to the U.S. Army Corps of Engineers Safety and Health Requirements Manual.

    This procurement has an estimated value of $1 million to $5 million. The Navy intends to award a firm-fixed-price contract following a rigorous evaluation process. Firms must submit their proposals electronically and attend a mandatory site visit. Key proposal deadlines are expected in March, with the Navy encouraging offerors to register in the Joint Contingency Contracting System.

    For clarification purposes, the government has provided site access information and responded to pre-proposal inquiries. Access to the currently vacant site is crucial, as the project involves new construction. The Navy's contacts are available for any further questions.

    Files
    Title
    Posted
    The primary objective of this procurement is to construct a Maritime Center of Excellence (MCOE) in Bizerte, Tunisia. The focus is on modifying the existing contract to change the required proposal due date to Monday, July 29, 2024, at 2:00 PM CET and updating the contract number to N33191-24-R-0033. This construction project falls between the value range of $1 million and $5 million and will be evaluated based on factors like cost and technical merit. Offerors need to register in the Joint Contingency Contracting System and ensure their acceptance before the award is granted. The scope involves building a facility according to specified requirements, with key dates now confirmed for proposal submissions.
    The U.S. Navy is seeking a design-build contractor for the first phase of the Maritime Center of Excellence (MCOE) in Bizerte, Tunisia. The project aims to construct a Vehicle & Equipment Boat Storage Facility, requiring site preparation, utility connections, and a concrete structure to store maritime vessels and equipment. The facility must meet Tunisian code and include office space, a bathroom, and ventilation and electrical systems. Additionally, the Navy seeks options for a Close Quarter Battle Trainer Shoot-House, a Beach Obstacle Course, and a Shooting Range. Contractors must submit separate pricing for the base bid and each bid option. The project has a 600-day construction timeline and strict safety and sustainability guidelines. Critical dates include a site visit prior to bidding, a post-award kick-off meeting, and design submission deadlines. Evaluation criteria focus on design quality, compliance with requirements, and price.
    The Navy seeks a Design-Build (D-B) contractor to construct a Maritime Center of Excellence (MCOE) in Bizerte, Djibouti. This RFP aims to procure a comprehensive solution for establishing a state-of-the-art facility, with a focus on functional design and durability. The government seeks a turn-key project, including architectural, structural, mechanical, and electrical work, along with any required site improvements. Key requirements encompass adhering to anti-terrorism standards, incorporating sustainable design principles, and ensuring compliance with local building codes. The scope also entails constructing a perimeter security wall and landscaping the site. Offerors must provide detailed responses to the inquiry, covering topics like project understanding, capabilities, and experience. The Navy will evaluate proposals based on factors like technical merit, past performance, and price. Critical dates include a site visit in early February, with proposal submissions due in March. This information is provided in response to offerors' inquiries and does not commit the government to any contract award.
    The focus of this procurement is securing tax relief for the United States government on international transactions with the contractor. The goal is to ensure that the contract prices are exclusive of any taxes or duties that the US government is exempt from, such as import duties on items manufactured to its specifications. To achieve this, the contractor is required to submit invoices that separate the gross price, tax amount, and net price. This transparency is essential to accurately apply tax exemptions and potentially refund any import duties.
    The government agency seeks experienced firms for multiple projects involving design and construction services. The RFP outlines several project types, including new construction, renovations, and alterations. Firms can bid for prime contractor or subcontractor roles, with relevant experience and capabilities central to the evaluation criteria. The work performed and contract details vary, encompassing firm-fixed price, cost, and time-material contracts. Design-related procurements focus on A/E design fees, plans, and specifications, with an emphasis on sustainable design and USGBC LEED certifications. Firms are required to provide detailed project descriptions and highlights of their respective roles, showcasing relevance to the RFP's requirements. Key dates and evaluation criteria are also outlined, guiding participants through the procurement process.
    The government agency seeks a contractor to adhere to stringent safety regulations outlined in the U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1). The primary focus is on ensuring compliance with these regulations, emphasizing construction safety. The contractor must have a competent employee to oversee safety during construction and provide a full-time, on-site Safety and Health Officer with specific safety experience and training. They will be responsible for overseeing safety measures, including personal protective equipment, and providing visitor hard hats. The contractor must also ensure subcontractor compliance if they are engaged. Pricing should include all safety-related costs. This safety plan is a crucial requirement, with validation documents due within 30 days of contract award.
    The government seeks to evaluate a contractor's past performance efficiently through a questionnaire. The focus is on assessing various aspects of the contractor's work, crucial for deciding future contracts. The form collects detailed information on the contractor's performance, including quality, timeliness, customer satisfaction, management, cost control, safety, and general responsiveness. It invites the client to rate the contractor's performance using an adjective rating system. The overall rating is aimed at helping government officials grasp the contractor's reliability and competence quickly. Additionally, the form seeks comments and narratives on the contractor's strengths and weaknesses, offering valuable insights into their past performance risk assessment. This comprehensive evaluation method assists in making informed decisions about future procurements and contracts.
    The U.S. Navy seeks a firm to design and construct a Maritime Center of Excellence (MCOE) in Bizerte, Tunisia. The project involves building a vehicle storage facility with office space and utilities, shoot-house, beach obstacle course, and shooting ranges. The facility must meet Tunisian government standards and be at least 70% complete within 10 years of the RFP's release. Offerors must submit proposals electronically, detailing their experience and capabilities, along with signed safety commitments and past performance evaluations. Critical dates include a site visit period and a proposal submission deadline, both specified in the RFP. The Navy intends to award a firm-fixed-price contract following an evaluation based on price and non-price factors. The latter include corporate experience, safety measures, and past performance. Offerors must ensure compliance with U.S. and local regulations and provide a single monthly invoice for construction work. The RFP sets a value of between $1 million and $5 million for this project.
    The primary objective of this procurement is the construction of a new Maritime Center of Excellence (MCOE) in Bizerte, Tunisia. The focus is on managing access to the site, as potential offerors seek clarification on site access timing, given the upcoming submission deadline. The government response emphasizes the two-week vetting process for base access and directs offerors to download available documents containing site information, surveys, and plans for the project. This is a critical aspect, as the site is currently vacant, and all construction work is classified as new.
    Similar Opportunities
    Z--MILCON Project P-930 Operations Control Center Building Alterations, Bldg. 103, Naval Support Activity (NSA) Bahrain, Bahrain
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the renovation of the Operations Control Center Building at Naval Support Activity (NSA) Bahrain. The project involves the complete renovation of a 750 m² area to create a new Dynamic Network Operations Security Center (DNOSC) on the first floor. The DNOSC will be a secure area. The contract is expected to be firm-fixed-price with a performance period of 365 days. The estimated construction cost is between $1,000,000 and $5,000,000.
    Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for U.S. Navy Support Facility, Diego Garcia, British Indian Ocean Territory (B.I.O.T.)
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build (DB/DBB) Multiple Award Construction Contract (MACC) for the U.S. Navy Support Facility located in Diego Garcia, British Indian Ocean Territory. This procurement aims to establish a MACC that will facilitate task orders for various construction projects, including new construction, renovations, and routine maintenance, primarily focused on general building types. The contract will span a five-year base period with an option for an additional three years, allowing for a total duration of up to eight years and a maximum aggregate value of $1.5 billion, with task orders ranging from $150,000 to $50 million. Interested parties should note that operations and construction contracts for this facility are restricted to joint ventures between U.S. and U.K. firms, unless no qualified offers are received. For further inquiries, contact Janeen Bais at janeen.m.bais.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil.
    Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking proposals for the Kuwait Maritime Traffic Control Center (MTCC) Operations and Maintenance Contract. This procurement involves an Indefinite Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) valued at $30 million, aimed at providing regular and corrective facility maintenance services for the Bubiyan Fanar MTCC and associated facilities for the Kuwait Naval Forces. The contract will span five years, including a one-year base period and four optional one-year extensions, with a provision for a six-month extension of services. Proposals must be submitted electronically by September 27, 2024, at 1600 ET, through the Procurement Integrated Enterprise Environment (PIEE) suite, and interested parties can contact Eric Caruso at eric.l.caruso@usace.army.mil or Mikayla Shanholtzer at Mikayla.B.Shanholtzer@usace.army.mil for further information.
    Solicitation of Interest: P 180, Naval Innovation Center, Naval Support Activity Monterey, CA
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southwest, is soliciting interest from qualified contractors for the P-180 Naval Innovation Center project at Naval Support Activity Monterey, California. This major construction initiative aims to develop a modern, flexible facility spanning approximately 286,617 Gross Square Feet (GSF), featuring specialized areas such as laboratories, collaboration spaces, and an outdoor courtyard, all designed to support advanced naval innovation and research. The procurement will utilize a Best Value Trade Off (BVTO) method, with an estimated project cost exceeding $500 million and a contract term of five years. Interested businesses are encouraged to submit their qualifications by September 12, 2024, and may contact Christopher Rosario at christopher.d.rosario2.civ@us.navy.mil or Christina Laudick at christina.d.laudick.civ@us.navy.mil for further details.
    Construction- Lab and Collaborative Space Reno Project
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the "Lab and Collaborative Space Renovation Project," which involves renovations of various laboratories and collaboration spaces. This project is set aside for 100% small business participation and has an estimated budget ranging from $100,000 to $250,000, emphasizing the importance of enhancing operational facilities within the Navy. Interested contractors must submit their proposals electronically by September 10, 2024, and are encouraged to attend a site visit scheduled for August 7, 2024, to better understand the project requirements. For further inquiries, interested parties can contact Jay Parker at jay.a.parker2.civ@us.navy.mil or Michael Ouellette at michael.n.ouellette.civ@us.navy.mil.
    NWC B686 Conolly Hall Upgrades / NWC Modular Buildings
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Mid-Atlantic office, is soliciting proposals for the NWC B686 Conolly Hall Upgrades and NWC Modular Buildings project at Naval Station Newport, Rhode Island. This Design-Bid-Build contract encompasses significant renovations to approximately 80,000 square feet of Conolly Hall, including hazardous materials abatement, mechanical, electrical, plumbing, and fire safety system installations, as well as the installation of modular buildings to support operations during the upgrades. The project is critical for enhancing safety and operational capabilities at the Naval War College, with a total duration of 1,123 calendar days, aiming for completion by September 30, 2027. Proposals are due by September 10, 2024, and interested contractors should contact Shayna Eichner at shayna.t.eichner.civ@us.navy.mil or Kristy Gerrek at kristy.l.gerrek.civ@us.navy.mil 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 the operational readiness and logistical capabilities of the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can reach out to primary contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or secondary contact Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    IT Equipment for terminals including local installation and training- U.S. Embassy Tunis, Tunisia
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the delivery and installation of IT equipment at the U.S. Embassy in Tunis, Tunisia, under solicitation number 19GE5024Q0041. The procurement involves providing various hardware items, including interactive screens, laptops, and networking equipment, across 64 independent sites, with specific technical requirements outlined for each item. This initiative is crucial for enhancing the embassy's operational capabilities and ensuring effective communication and educational tools within its infrastructure. Interested vendors must submit their proposals in two volumes by the specified deadline, with all offers evaluated based on a Lowest-Priced Technically Acceptable approach. For further inquiries, potential bidders can contact Sarah Pfannkuche at Pfannkuches@state.gov.
    ENSLEY ENGINEER YARD STRINGOUT PROJECT
    Active
    Dept Of Defense
    The Ensley Engineer Yard Stringout Project, initiated by the U.S. Army Corps of Engineers, Memphis District (MVM), seeks to invite potential contractors for a firm-fixed price construction contract. The project involves a significant renovation of the Ensley Engineer Yard's Stringout, requiring partial demolition, dredging, and the construction of new marine structures. The key task is to construct a new eastern ramp and pile clusters, along with providing electrical and mechanical systems. The contract may involve off-site manufacturing and transportation of parts to the Ensley Engineer Yard for assembly. The Memphis District aims to identify experienced contractors, particularly small businesses, registered under NAICS code 237990 (Other Heavy and Civil Engineering Construction) with a size standard of $45 million. Interested parties should provide a concise summary of their recent relevant experience, including five references for similar work performed within the last five years. This market survey, due by 12 pm CDT on September 9, 2024, is a preliminary step to ascertain contractors' capabilities. It is emphasized that this is not a solicitation for proposals, and no funding will be provided for information submitted. The MVM district will handle the procurement process, and all communications should be directed to Jessica Lurry and Monica Moody via email. Businesses are encouraged to register in the System for Award Management (SAM) for potential contract awards. The USACE aims to gather information for strategic planning and does not guarantee any contracts. Respondents are advised to provide concise and relevant details as per the specified requirements.