North Carolina Bids > Bid Detail

LI-14020 FRC East Request for Proposal (RFP)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159089233366243
Posted Date: Apr 3, 2024
Due Date: Apr 19, 2024
Solicitation No: N40085-24-RP-00016
Source: https://sam.gov/opp/660d71391f...
Follow
LI-14020 FRC East Request for Proposal (RFP)
Active
Contract Opportunity
Notice ID
N40085-24-RP-00016
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 03, 2024 03:27 pm EDT
  • Original Published Date: Dec 20, 2023 10:38 am EST
  • Updated Date Offers Due: Apr 19, 2024 05:00 pm EDT
  • Original Date Offers Due: Jan 18, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 04, 2024
  • Original Inactive Date: Feb 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1BZ - LEASE/RENTAL OF OTHER AIRFIELD STRUCTURES
  • NAICS Code:
    • 53 - Real Estate and Rental and Leasing
  • Place of Performance:
    Cherry Point , NC
    USA
Description View Changes

The purpose of this Request for Proposal (RFP) is to competitively procure the use of a leasehold estate of a non-Department of Defense (DoD) airfield by the U.S. Navy to provide additional Maintenance, Repair, and Overhaul (MRO) capacity for Fleet Readiness Center East Cherry Point (FRC East) home based at US Marine Corps Air Station Cherry Point (MCAS CP). The proposed action is needed to address MRO capacity shortfalls at FRC East. The proposed lease term is to start no later than June 1, 2024 with nine (9) annual renewal options. Preference will be given to any Offeror who can provide compliant space prior to June 1, 2024.





FRC East is in need of 19,000 SF of hangar space. Minimum hangar dimensions shall be 130ft (depth) x 130ft (width) and a minimum hangar door/ceiling height of 28ft. Hangar doors must open to a minimum width of 120ft. FRC East also requires daily access to these spaces, clear ramp space directly fronting the hangar with the minimum dimensions of 150ft (depth) x 300ft (width), with immediate access to aircraft ramp, taxiway, hangar support offices, and runway. FRC East requires 19,000 SF of adjacent support space to store repair component parts. during the Maintenance, Repair, and Overhaul (MRO) process for Depot-level Aircraft Maintenance. Additionally, approximately 90,000 SF of storage space is required to stage aircraft work platforms and support equipment.



Offers must be received by the Navy no later than 5:00 PM Eastern Standard Time on April 19, 2024. Five (5) complete, hard copies AND one (1) electronic copy are required. Offers are to be submitted to the Real Estate Contracting Officer at the following address:



U.S. Mail Address or Direct Delivery:

ATTN: Code RE3C-MM

Commanding Officer

Naval Facilities Engineering Systems Command, Mid-Atlantic 9324 Virginia Avenue

Norfolk, VA 23511-3212



Offers shall also be e-mailed to the Navy's point-of-contact at mark.j.moran.civ@us.navy.mil.



Solicitation was amended to serve to extend this requirement to no later than 5:00 PM Eastern Standard Time on April 19, 2024. This amendment to the RFP provides responses to questions posed by bidders as further shown in Attachment "A". Additionally, this amendment adds a requirement for offerors to provide approximately 25,000 square feet of temporary space until such time the permanent space is complete and ready for occupation, if the permanent space is not complete by 01 Jun 2024.



Section 2.0 Technical Requirements is amended to add: If the Lessor is unable to complete necessary work to allow for BOD by 01Jun2024 for the 90,000 square foot storage space, the offeror will provide a temporary solution that meets the requirements outlined in this Amendment until BOD. The temporary space shall be within a 10 mile radius of the aircraft maintenance facility and shall consist of climate controlled warehouse space not to exceed 25,000 square feet to be used as storage space. The facility shall have a standard truck freight door with a minimum width of 12 feet (Preference for 12-14 foot wide door allowing for truck entry). If by 18May2024, the Government determines that the contractor will not have the work complete by 01Jun2024, the contractor must have the temporary storage space ready by 01Jun2024. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.





A question has been proposed about offering this lease as a three (3) year firm term with seven (7) optional one (1) year renewal periods. We are currently seeking approval through NAVFAC HQ.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >