Skip to main content

An official website of the United States government

You have 2 new alerts

Industry Day REV 2--P103 Construct 132,000 SF ETF at NOTU, Cape Canaveral, FL

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: Apr 10, 2024 06:25 am EDT
  • Original Response Date: Apr 30, 2024 09:30 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 15, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Cape Canaveral , FL 32920
    USA

Description

Industry Day Notice REV 2 (changes are in underlined and bold)

Solicitation # N69450-24-R-0065

Design-Bid-Build P103 Engineering Test Facility at Naval Ordnance Test Unit (NOTU)

Cape Canaveral, Florida

Date:                           Tuesday, 30 April 2024

Time:                           1000 - 1500

Registration:               0930 - 1000

Location:                     Courtyard by Marriott Cocoa Beach Cape Canaveral
3435 N Atlantic Ave. Cocoa Beach, FL 32931
 

Naval Facilities Engineering Systems Command (NAVFAC) is seeking industry feedback for the P103 Test Facility at NOTU in Cape Canaveral, Florida.

The purpose of the Industry Day is to generate interest and explain a complex project (active launch complex, extensive sitework, environmental, time sensitive, DoD critical, etc.)

This will be an excellent opportunity for contractors with NAICS code 236220 and similar construction experience to learn more about this upcoming project and the acquisition strategy.

Project Description:

This design-bid-build project will provide the U.S. Navy with a new mission critical facility located at Cape Canaveral Space Force Station (CCSFS) in Florida.  The facility will consist of approximately 132,000 square foot (SF) building, which will sit on an approximate 33.50-acre green field site.  The proposed construction includes a high bay, single story building with a mezzanine on a reinforced concrete foundation with a steel frame superstructure and reinforced concrete exterior wall panels. The roof structure will include metal decking over steel joists covered by rigid insulation and built-up roofing.  Interior walls will be reinforced concrete masonry units (CMU) with filled cores and light-gage metal framing with gypsum wallboard partitions which extend to the underside of the roof / ceiling.

The building will consist of large laboratory (lab) and test areas. The individual areas will be connected by an internal circulation spine and have exterior access for material delivery. The facility will be supported by other administration, mechanical, electrical, communications, and building services spaces throughout. A mezzanine will be provided for the heating, ventilation, and cooling (HVAC) air-handling units and for mezzanine access to one of the test areas. Several of the areas will require high-bay construction for either overhead bridge cranes, storage racks, or to house tall vertical elements. Several of the spaces will require additional special requirements for operational needs. Some of these will be raised access flooring systems for heavy electrical and communication infrastructure and acoustical treatments for loud operation uses or for controlled communication.

This site and building have heightened flood and wind control due to its location. These features will require a raised finish floor elevation to lift the building above the flood and ocean surge plane along with increased structural design requirements for high wind gusts during a hurricane event. Increased environmental care will be required for this sensitive site. The site is undeveloped and has the potential to support habitats for endangered animal and bird species. In particular, the beach mouse, gopher tortoise, scrub jay, and tri-colored bat. This project anticipates relocating existing scrub jay habitat to another location. There may also be some cultural sensitivities. Additional investigation is needed to confirm any presence of historical items and their possible impact on the development of the facility.  The design will be developed to meet a 50-year building life cycle. This will impact the performance level of building systems and materials selected.  There will be several large pieces of equipment sensitive to vibration that will require isolated floor slabs to meet the weight and seismic requirements. The use of air pallets will also require several of these isolated slabs to have a low tolerance for flatness (i.e., be super flat). There will be several built-in cranes in the facility that will require an increased structural design load or separate steel structure and concrete footings.  There will be two special commissioning requirements for the ETF: cybersecurity and security.  This project will follow the UFC 4-010-01 Minimum Antiterrorism Standards for Buildings, UFC 4-010-06 Cybersecurity of Facility Related Control Systems, and UFC 4-010-05 Sensitive Compartmented Information Facilities Planning, Design and Construction.

The contractor will be required to maintain tight adherence to design and specifications during construction. This will include administrative requirements related to special and 3rd party inspections, project records, and design adherence.

Since this facility will be constructed on a U.S. Space Force installation, all construction must be performed by U.S. firms using U.S. citizens.  Certain aspects of construction will require Contractor personnel to be subjected to a trustworthiness determinations.  All Contractor personnel accessing the site will be subject to a 100% ID checks at all gates of entry by CCSFS security personnel.  Contractor personnel must present a state or federally issued picture identification.  Persons not possessing a Department of Defense (DoD) issued ID card or an approved Federal employee ID must have a valid reason to access CCSFS, must undergo a criminal history background screening, and be issued a CCSFS pass.  All person(s) operating a vehicle are required to have in their possession at all times a current valid driver license, proof of current vehicle insurance, and current vehicle registration.

The estimated project range of construction is between $100,000,000 to $250,000,000.

This event is open to all contractors and is not restricted to those currently under contract with NAVFAC.

This announcement is not a contract, request for proposal, promise to contract, or commitment of any kind on the part of the Government. NAVFAC will not assume responsibility for costs incurred by attendees for their travel expenses for marketing event.

Contracting Office Address:

NAVFAC Southeast

Bldg. 903 Yorktown Avenue

Jacksonville, FL 32212

Primary Point of Contact: Sheila Borges, Contract Specialist

Email:  sheila.i.borges.civ@us.navy.mil

Please submit the name and contact information of the attendees to Sheila Borges at sheila.i.borges.civ@us.navy.mil and copy Lindsay Betteridge at lindsay.e.betteridge.civ@us.navy.mil by close of business of  April 24, 2024.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History