LI-14020 FRC East Request for Proposal (RFP)
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159970938583338 |
Posted Date: | Jan 11, 2024 |
Due Date: | Mar 19, 2024 |
Source: | https://sam.gov/opp/1bbf0032ae... |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Updated Published Date: Jan 10, 2024 01:57 pm EST
- Original Published Date: Dec 20, 2023 10:38 am EST
- Updated Date Offers Due: Mar 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: Apr 03, 2024
- Original Inactive Date: Feb 02, 2024
-
Initiative:
- None
- 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 , NCUSA
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 March 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.
RFP due date has been updated to occur on March 19, 2024.
- 9324 VIRGINIA AVENUE
- NORFOLK , VA 23511-0395
- USA
- Mark Moran
- mark.j.moran.civ@us.navy.mil
- Phone Number 757-341-0697
- Heather Stadler
- heather.m.stadler2.civ@us.navy.mil
- Phone Number 7573412000
- Jan 10, 2024 01:57 pm ESTCombined Synopsis/Solicitation (Updated)
- Dec 20, 2023 10:38 am EST Combined Synopsis/Solicitation (Original)
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.