Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
ID: N6945016R0626Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM SOUTHEASTNAS JACKSONVILLE, FL, 32212-0030, USA

PSC

MAINT, REPAIR, ALTER REAL PROPERTY (Z)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.

    Point(s) of Contact
    Vicki Blankenship 904-542-6809 Vicki Blankenship 904-542-6809 vicki.blankenship@navy.mil Barbara Czinder 904-542-6834 barbara.czinder@navy.mil vicki.blankenship@navy.mil
    Files
    No associated files provided.
    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.
    Z--RM12-2137, REPAIR RUNWAYS 14-32 and 6-24 PHASES 2 and 3 NAS PATUXENT RIVER PATUXENT RIVER, MARYLAND
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM Washington for the repair of runways 14-32 and 6-24 at NAS Patuxent River in Patuxent River, Maryland. The service being procured is the repair of the runways in phases 2 and 3. This service is typically used to maintain and ensure the proper functioning of the runways, allowing for safe aircraft operations.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    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.
    Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Replace Waterfront Transformers and Igloos at Naval Station Mayport, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for a Design-Build, Firm-Fixed-Price construction contract to replace waterfront transformers and igloos at Naval Station Mayport, Florida. The project aims to enhance the electrical infrastructure and ensure the reliability of power supply at the naval station, which is critical for operational readiness. Interested contractors should note that the procurement falls under the NAICS code 236220, focusing on commercial and institutional building construction, and the PSC code Z2NZ, which pertains to the repair or alteration of utilities. For further inquiries, potential bidders can contact Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846.
    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.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast office, is soliciting proposals for the construction of the P103 NOTU Engineering Test Facility at Cape Canaveral, Florida. This project aims to modernize and consolidate the Trident II Life Extension 2 (D5LE2) system into a single engineering test facility, utilizing a Design-Bid Build (DDB) Fixed Price contract with an Award Fee structure. The procurement is classified under NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. Interested contractors can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or 904-542-6207, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further information.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.
    W912ER24R0003 SOLICITATION NOTICE FOR F-18 Super Hornet Procurement D, Package 002 Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA)
    Active
    Dept Of Defense
    The Department of Defense, through the Transatlantic Middle East District (TAM), is soliciting experienced contractors for the Design-Bid-Build (DBB) construction of a new Quick Reaction Area (QRA) and Combat Aircraft Loading Area (CALA) at Al Jaber Air Base in Kuwait, specifically for the F-18 Super Hornet Procurement D, Package 002 project. The objective is to construct these facilities along with related site improvements to support the fielding of new F/A-18E/F Super Hornet aircraft, adhering to the Unified Facilities Criteria. This project is significant as it enhances operational capabilities for military aircraft, with an estimated contract value between $25 million and $100 million and a performance period of 613 calendar days from the Notice to Proceed (NTP). Interested contractors can reach out to Sabrina Booker at sabrina.s.booker@usace.army.mil or call 540-667-3182 for further details.