Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOLICITATION NOTICE

Y -- J017 Utilities and Site Improvements Phase II, Area Distribution Nodes and Site Telecom Cabling, US NAVSUPPACT MCB GUAM

Notice Date
3/25/2020 5:24:30 PM
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-20-R-1325
 
Response Due
6/25/2020 5:00:00 PM
 
Archive Date
07/10/2020
 
Point of Contact
Kyla M. Tamayori, Phone: 808-471-2235, Kori-Ann K. Tanaka, Phone: 808-474-5719
 
E-Mail Address
Kyla.M.Tamayori@navy.mil, kori-ann.tanaka@navy.mil
(Kyla.M.Tamayori@navy.mil, kori-ann.tanaka@navy.mil)
 
Description
The work for this project includes the construction (Design-Bid-Build) of two new, single story Area Distribution Nodes (ADNs) with walls, flooring, foundation, roofing, mechanical, electrical, and information systems appropriate to Guam earthquake and environmental conditions, and designed to meet applicable Unified Facilities Criteria (UFC) including appropriate Anti-Terrorism/Force Protection (AT/FP), other Physical Security requirements and incidental related work. The project will also construct the required site improvement including pavement around the buildings for vehicle circulation and parking. The Facility will be equipped with automatic fire sprinklers, air-conditioning/dehumidification and ventilation systems as appropriate. Support facilities will include environmental mitigation, site grading, drainage, parking (for maintenance personnel visitors), information systems, and utility systems. The project will be funded by the Government of Japan (GOJ) direct cash contributions (otherwise referred to as Mamizu funds).� Therefore, GoJ will be involved as observers and participating in its contracting process. The magnitude of this project is estimated between $10 million and $25 million U.S. dollars. The North American Industry Classification System (NAICS) Code is 237130 Power and Communication Line and Related Structures Construction and average annual receipts is $39.5 million over the past three years. The contract completion period is anticipated to be 540 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 and market research conducted, 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 is a lowest-price technically acceptable source selection procurement requiring the submission of both technical and price proposals. Large business concerns will be required to submit a subcontracting plan as part of the proposal. Proposals submitting in response to this solicitation shall be in the English language and in U.S. dollars. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals (within funds available) meeting or exceeding the acceptability standards for the technical evaluation factors. The technical factors are as follows: (1) Experience, (2) Past Performance, and (3) Safety. For evaluation of experience and past performance, a relevant construction project is defined as a construction project that meets one of the following definitions: (1) New construction of a communications or similar facility that includes reinforced concrete and/or reinforced precast concrete wall and roof components supported on concrete foundations. A �similar facility� may include, but is not limited to, a building/facility with features such as computer room air conditioning, standby generator, uninterruptible power supply system, and/or clean agent fire suppression system. (2) New construction of an underground fiber optic and copper backbone trunk system. Projects submitted shall also include distribution cabling and underground splice connection points. Projects submitted to meet this definition shall be approximately $2M or more in construction dollar value. Definitions (1) and (2) do not have to be within a single project scope; however, the proposal shall include at least one project meeting each definition. Additionally, relevant projects submitted shall have been completed or substantially completed within the past ten (10) years from the date of issuance of this solicitation. Alteration, renovation, or repair will not be considered a relevant project. ""Substantially Complete"" is defined as at least 90% physically complete by the date of solicitation issue. The solicitation will be available on or about April 27, 2020. Printed copies or CD�s of the solicitation will not be issued. The solicitation, including the specifications and drawings, can be accessed at the BETA System for Award Management (SAM) website. Contractors must register at the BETA SAM website to obtain access to the solicitation. Registration instructions can be found on the BETA SAM website. Once registered in BETA SAM, the contractor must request explicit access to view the controlled documents. An email will be forwarded once the contracting officer has approved or declined the request. Approved contractors may view and/or download the solicitation documents. Amendments will be posted to the BETA SAM website https://beta.sam.gov/. It is highly recommended that firms register on the BETA SAM website as this will be the only plan holder�s list available. It is the offerors responsibility to check the BETA SAM website periodically for any amendments to the solicitation. A one-time site visit has been tentatively scheduled for May 28, 2020 at 9:00 a.m. Chamorro Standard Time (ChST). The site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered. PLEASE LIMIT THE NUMBER OF ATTENDEES TO�FOUR (4) PER COMPANY. Those interested in attending the site visit shall submit: (1) Company letter template (One letter required per company.) (2) SECNAV 5512/1 Form (Each attendee please read, complete and sign/date.) (3) Naval Base Guam Foreign National Base Access Request Form (applicable only for foreign nationals, each attendee please read and complete.), (4) FN Biometric Data Form (Applicable only for foreign nationals. Each attendee please read and complete.) (5) Request For Camera Pass Form (Applicable only for those who will be taking photos. One letter required per company.) (6) Request for C-Badge Form (One letter required per company.) (7) Naval Base Guam Explosives Safety Naval Munitions Site Hazard Brief (Each attendee please read and sign/date.) (8) Naval base Guam Explosives Safety Kilo Wharf Hazard Brief (Each attendee please read and sign/date.), and (9) Proof of U.S. Citizenship or Residence (Copy of U.S. Passports or Green Card.) 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�May 7, 2020, 2:00 p.m. Hawaii Standard Time.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7dab963229e409196363105090f212a/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05599952-F 20200327/200325230142 (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  © 1994-2020, Loren Data Corp.