Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2019 SAM #6600
SOLICITATION NOTICE

Y -- WON 1551391, FY20 MCAF P-3105/AJJY073105P3, APSI -- MUNITIONS STORAGE IGLOOS PHASE 3, ANDERSEN AIR FORCE BASE, GUAM

Notice Date
12/23/2019 2:48:06 PM
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860 USA
 
ZIP Code
96860
 
Solicitation Number
N62742-20-R-1324
 
Response Due
3/24/2020 5:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Kyla M. Tamayori, Phone: 8084712235
 
E-Mail Address
Kyla.M.Tamayori@navy.mil
(Kyla.M.Tamayori@navy.mil)
 
Description
The work for this project includes the construction (design-build) of a minimum of sixteen (16), and a maximum of twenty (20), new earth covered munitions storage igloos/magazines (MSMs). The new MSMs will be 7-bar rated munitions storage area utilizing conventional design and construction methods to accomplish the mission. Each MSM will be constructed of reinforced concrete and require electrical power, lighting, intrusion detection system, communications, and lightning protection system. Supporting facilities include site development, road construction, electrical and telecommunications utilities and connections, Generator Building, standby generator and Telecom Building.� This project includes both Design-Bid-Build and Design-Build work.� Generally, the MSM work will be completed under Design-Bid-Build and the supporting facilities, site improvements and utilities work will be under Design-Build. The magnitude of this project is estimated between $25,000,000 and $100,000,000. �THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236210 AND AVERAGE ANNUAL RECEIPTS OF $39.5 MILLION OVER THE PAST THREE YEARS.� The contract completion period is anticipated to be 973 calendar days. A search was conducted on the Dynamic Small Business Search website to identify potential small businesses including 8(a), HUBZone, women-owned, and service disabled veteran owned concerns. As a result of the search, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The NAVFAC Pacific small business office concurs with this decision. This solicitation will utilize the tradeoff source selection process.� All technical factors, when combined, are considered of equal importance to Past Performance.� The Factors are:� Factor 1 � Technical Approach, Factor 2 � Experience, Factor 3 � Past Performance, Factor 4 � Safety, Factor 5 �Small Business Participation, and Price.� Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint.� For evaluation of experience and past performance, a relevant construction project is defined as �New construction of cast-in-place and/or precast reinforced concrete structures/buildings, where the structures/buildings, or portions of the structure/building, contain hardened construction to mitigate blast effects to provide protection for personnel or valuable equipment.� Each project submitted for evaluation must have been completed or substantially completed within the past ten (10) years from the date of issuance of this solicitation and must be approximately $5M or more in construction dollar value. �Alteration, renovation, or repair will not be considered a relevant project. �Substantially completed� is defined as at least 90% physical completion by the date of solicitation issue.� The Request for Proposal (RFP) will be available on or around 21 January 2020. �Printed copies or CD�s will not be issued. �The RFP, including specifications and drawings, will be available upon explicit access approval at the BETA System for Award Management (SAM) website https://www.beta.sam.gov/.� Contractors must be registered at the betaSAM website to obtain explicit access to the RFP. �Registration instructions can be found on the betaSAM website. �Once registered in betaSAM, the contractor must request explicit access to view the documents. �An email will be forwarded once the contracting office has approved or declined the request. �Approved contractors may view and/or download the RFP documents.� Amendments will be posted to the betaSAM website.� It is the responsibility of the offeror to check the betaSAM website periodically for any amendments to the solicitation. A pre-proposal site visit is scheduled on 27 February 2020 at 10:00 a.m. Chamorro Standard Time.� The pre-proposal site visit is to provide Offerors with an opportunity to familiarize themselves with the job site and conditions to be encountered.� The number of attendees shall be limited to two (2) per company. Those interested in attending the pre-proposal site visit shall be required to submit base access forms and copies of identification to� Kyla Tamayori at kyla.m.tamayori@navy.mil on or before 28 January 2020, 2:00 p.m. Hawaii Standard Time. Please carefully read and adhere to the following instructions for each applicable base pass form as failure to submit accordingly will require revision and resubmission and could possible result in delayed processing of required base passes to attend the site visit: (1) Contractor Letter Memo Memo Memo must follow format, complete all items listed in red color font Leave Tracking # field blank (2) USAF Base Access Affidavit To be completed by each individual attending the site visit Type/print information clearly and legibly Must contain actual signature (no digital signatures will be accepted) (3) III Log Names must be listed in alphabetical order. Please refer to the attached �How to Fill Out the III Log� for instructions. (4) Foreign National Access Request Form (as applicable) To be completed by all foreign nationals attending the site visit and must be accompanied with a copy of work permit (Employment Authorization Document (EAD) or document permitting stay/work in U.S. (I-94 Form), and copy of foreign passport. Not required for foreign nationals who possess a Green Card List all attendees in alphabetical order by last name Additionally, each attendee must furnish a copy of a valid ID (i.e. U.S. Passport, U.S. Permanent Resident Card, REAL ID compliant ID, or Naturalization paperwork with photo ID) with the completed forms. The completed forms and copy of IDs shall be submitted by electronic mail to Kyla Tamayori at kyla.m.tamayori@navy.mil on or before 28 January 2020 at 2:00 p.m., H.S.T. Once approved for base access, Ms. Tamayori will email a Tracking Number to attendees for use when obtaining base passes at the Visitor Control Center (Northgate), Andersen Air Force Base.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/34e3840c25e145bc8c6d874868c0d6d1/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05523476-F 20191225/191223230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.