Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2016 FBO #5451
SOLICITATION NOTICE

Y -- JFY14 J-755, URBAN COMBAT TRAINING, ANDERSEN AIR FORCE BASE, JOINT REGION MARIANAS, GUAM

Notice Date
10/24/2016
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274217R1308
 
Point of Contact
Erik Torngren (808) 471-3661 Bernadette Julian, (808) 471-1887
 
Small Business Set-Aside
N/A
 
Description
Construction services are required for a design-build project with the Government of Japan (GoJ) involved as observers in its contracting process, and participating in the design and construction process, which is funded by the GoJ direct cash contributions (otherwise referred to as Mamizu funds). The project is for the design and construction of multiple training facilities at Andersen South, AAFB and supporting offsite telecommunications to Finegayan NCTS and AAFB to support the Marines training requirements. The scope of work includes the construction of a vehicle Driver and Convoy Course (DCC), grenade range, live fire shoot house, breacher facility, Shoot House After Action Review (AAR) building, range warehouse, area distribution node, and communicatin tower. An existing residential neighborhood will be converted to a Military Operations in Urban Terrain (MOUT) training facility. NAVFAC Pacific is the Department of Defenses Executive Agent for Construction on Guam and is the designated design and construction agent. By furnishing any submittal or proposal, the offeror acknowledges that their submittal or proposal may be shared with GoJ officials who may be observing the evaluation process. The estimated dollar value of the required services ranges between $100,000,000 and $250,000,000. The primary North American Industry Classification System (NAICS) Code is 236220 “ Commercial and Institutional Building Construction), average annual receipts of $36.5 million over the past three years. This procurement is being advertised on an UNRESTRICTED basis, inviting full and open competition. This is a two-phase design-build, best value, trade-off procurement. The Government intends to evaluate Phase I submissions and to move forward to Phase II without conducting discussions with any offeror, except for clarifications as described in FAR 15.306(a). However, the Government reserves the right to conduct discussions with Phase I offerors, if required. The maximum number of Phase I offerors that will be requested to submit Phase II proposals is limited to the five (5) most highly qualified offerors. Price will not be a submission requirement in Phase I. The Phase I evaluation factors are anticipated to be Factor 1 “ Technical Approach, Factor 2 “ Experience, and Factor 3 “ Past Performance. The Phase I documents will be available on or about 8 November 2016 through the Federal Business Opportunities (FBO) website at the following direct link https://www.fbo.gov/fedteds/TDP17R1308PHASE1. Potential offerors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain direct access to any posted project documents. Registration instructions can be found on the FBO website. Once registered in FBO, the offeror must submit a request for access to obtain the project documents. An email will be forwarded once the contracting office has approved or declined the request. Approved offerors may view and/or download the project documents. Revisions to any posted documents will be issued as Notices and will be posted to the web site at the following direct link https://www.fbo.gov/fedteds/TDP17R1308PHASE1. The FBO website is the only available resource for plan holders. It is the responsibility of the offeror to check the FBO website periodically for any revisions to the posted documents. All prime firms are required to complete the System for Award Management (SAM) via the website at https://www.sam.gov. Correspondence will be via email transmission, unless otherwise noted in the project documents; therefore, your submission must clearly indicate a working email address for your firm. Offerors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1308/listing.html)
 
Record
SN04310840-W 20161026/161024233920-d5ea783141c3a8fc9ffdc3b62c08c598 (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.