Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
DOCUMENT

Y -- MAMIZU MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR GOVERNMENT OF JAPAN (GOJ)-FUNDED PROJECTS FOR SITES IN GUAM - Attachment

Notice Date
9/15/2010
 
Notice Type
Attachment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274210R0402
 
Archive Date
9/15/2011
 
Point of Contact
Dean Burnett 808-474-6314
 
E-Mail Address
Dean Burnett
(ernest.burnett@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Services are required for an Indefinite Delivery, Indefinite Quantity (IDIQ) type multiple award construction contract (MACC) for various projects funded by Government of Japan (GoJ) direct cash contributions (or otherwise referred to as the Mamizu funds) for the development of infrastructure and facilities covered by the United States-Japan Roadmap for Realignment Implementation. NAVFAC Pacific is the Department of Defense's Executive Agent for Construction on Guam and is the designated design and construction agent for the Realignment Roadmap associated with the rebasing of approximately 8,000 Marines and their dependents from Okinawa to Guam. The contract coverage is in Guam, U.S.A. This single solicitation will result in the award of between 3 to 7 MACCs, unless there are extraordinary circumstances that may lead the U.S. Government to award more MACCs. The scope of work is for a broad range of new construction projects (including design-build and design-bid-build). Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 237310, average annual receipts is $33.5 million over the past three years. However, it will also include Subsection 237 “ Heavy and Civil Engineering Construction and Subsection 236 - Construction of Buildings. This procurement is being advertised on an Unrestricted basis inviting full and open competition. All work under the MACC will be initiated by task orders that are competed among only the MACC holders (firms awarded one of the potential contracts). Task orders will either be design-bid-build (100% design provided by Government) or design-build (designs of at least 15% level of effort). Work may include new construction of a variety of facilities, and may include, but is not limited to, site utilities/infrastructure, barracks/dormitories, administrative facilities, dining facilities, quality of life facilities, fire/police stations, and other base development facilities. Projects will also require incorporation of sustainable features such as Leadership in Energy and Environmental Design (LEED) building standards. The Government reserves the right to cancel the procurement if only one proposal is received or less than three offerors are evaluated as eligible for award. The contract ordering period is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $3,000,000,000. Task orders will typically range between $15,000,000 and $300,000,000. Task orders may be less than or exceed this limit; however, contractors may elect to compete for these task orders under the general terms of the contract without any adverse effects. Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $100,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. In support of the design-build task orders, MACC holders shall retain the services of professional architect-engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. A-E firms employed shall have active U.S. professional registration or equivalent qualifications (i.e. APEC and other similar professional certifications will be considered in the evaluation). Note: During contract execution, U.S. registration will be required for all engineers who approve designs in their registered discipline(s). This procurement will utilize best value source selection using tradeoff procedures, requiring the submission of both technical and price proposals. Award will be made to the offerors proposing the best value to the Government from a technical and price standpoint. The Technical evaluation factors are considered significantly more important than Price. The technical evaluation factors are anticipated to be as follows: FACTOR 1, Past Performance; FACTOR 2, Workforce Housing Logistics and Material Management Plan; FACTOR 3, Small Business Utilization; and FACTOR 4, Seed Project Execution Plans. The solicitation will contain two seed projects. The first seed project consists of one vertical, design-bid-build construction project, JFY10 J-007, Waterfront Headquarters Operations Building, Naval Base, Guam, which will construct a new two-level facility including office spaces, conference/classroom, open bay billeting, dining area, control tower, open mustering facilities and a small equipment maintenance area, and supporting site and utility work. Estimated price range for the Waterfront Headquarters Operations Building seed project is between $10,000,000 and $25,000,000. The second seed project consists of one horizontal, design-build construction project, JFY10 J-017, Finegayan Utililties & Site Improvements - Phase 2, which will provide utilities infrastructure consisting of electrical (distribution and street lighting), water, wastewater, communications, road and pavement, ground improvements, site preparation and environmental remediation. Estimated price range for Utilities & Site Improvements Phase 2 is $250,000,000 to $500,000,000. A pre-proposal conference is scheduled for 4 November 2010 at 9:30 a.m. G.S.T. at the Top O ™MAR, Nimitz Hill, Guam. A site visit for both of the seed projects will be held immediately after the conference. ATTENDEES MUST PRE-REGISTER BY EMAIL TO ernest.burnett@navy.mil by 28 October 2010. PLEASE INDICATE IF ATTENDING BOTH CONFERENCE AND SITE VISIT. A maximum of three (3) representatives will be allowed per firm. Please submit a completed REQUEST FOR BASE ACCESS form which is posted at the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil for those anticipated to attend by 28 October 2010 to ernest.burnett@navy.mil. Failure to submit the required information will cause delays in obtaining access onto the base on the day of the conference/site visit. Offerors are advised that the Environmental Impact Statement (EIS) for the relocation of US Marines from Okinawa to Guam has been completed. The Record of Decision is expected to be issued in September 2010. The synopsis and/or RFP indicate sites for the location of the construction work. Be advised that locations are subject to change, depending on which of the alternatives studied in the EIS are selected and made part of the Record of Decision. Additionally, pending the Record of Decision, environmental mitigation measures indicated in the RFP are subject to change. Any change in location and/or additional required environmental mitigation measure will be incorporated into the solicitation by amendment or the solicitation may be cancelled. If the solicitation is cancelled in order to comply with environmental statutes, regulations or requirements, all proposal preparation cost will be borne by the offeror. The Government will not reimburse offerors for their cost associated in preparing their proposals. Offerors are advised that officials of the Government of Japan (GOJ) will be observing the source selection process, the evaluation of proposals and the review of other documentation. Accordingly, submission of a proposal in response to this synopsis and referenced solicitation will be considered evidence of your consent and permission for the Contracting Officer to reveal your proposal and related submissions to participating GOJ officials (who will, in turn, sign Non-Disclosure Statements that will be retained in the contract files). The Request for Proposal (RFP) will be available on or about early October 2010. The RFP, excluding the plans and specifications of the seed projects, will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. The RFP, including the plans and specifications of the seed projects, will be available through the Federal Business Opportunities (FBO) (http://www.fbo.gov). Printed copies of the RFP will not be issued. Contractors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain access to the seed projects. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the seed projects. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the seed projects. Amendments will normally be posted to the web site http://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to http://www.neco.navy.mil. It is highly recommended that firms register on the NECO and Federal Business Opportunities (FBO) websites https://www.fbo.gov as a plan holder as this will be the only plan holder ™s list available. It is the offeror's responsibility to check the NECO and FBO website periodically for any amendments to the solicitation. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R0402/listing.html)
 
Document(s)
Attachment
 
File Name: N6274210R0402_Pre-proposal_Conf__Site_visit_Request_Form__Rev.doc (https://www.neco.navy.mil/synopsis_file/N6274210R0402_Pre-proposal_Conf__Site_visit_Request_Form__Rev.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274210R0402_Pre-proposal_Conf__Site_visit_Request_Form__Rev.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02282743-W 20100917/100915235854-cddea3008db39a6f2b93e6de7cf1be43 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.