Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SPECIAL NOTICE

Y -- DRAFT RFP FOR FY21 MCAF PROJECT P-31054 / AJJY073105P4 MUNITIONS STORAGE IGLOOS IV, AAFB, GUAM

Notice Date
10/16/2020 4:08:43 PM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-Igloos_IV
 
Response Due
10/30/2020 5:00:00 PM
 
Archive Date
11/14/2020
 
Point of Contact
Amber I Mori
 
E-Mail Address
amber.mori@navy.mil
(amber.mori@navy.mil)
 
Description
NAVFAC Pacific Construction Contracts Branch is providing the draft plans and specifications (P&S) for industry review and comment. The Government is releasing this draft P&S as part of the Government�s efforts to improve the understanding of Government requirements and industry capabilities prior to issuance of a Request for Proposal (RFP).� This allows potential offerors to judge whether or how they can satisfy the Government�s requirements and enhance the Government�s ability to obtain quality construction, at reasonable prices, and possibly increase efficiency in proposal preparation.� The draft P&S is for the construction (design-bid-build) of 20 adequately sized, configured, sited and protected munitions storage igloos to support current missions at Andersen Air Force Base. Igloos will be Hayman 7-bar design modified for local seismic requirements and siting. The project will include electrical power, aprons, and roads, lighting, intrusion detection infrastructure, communications infrastructure, lightning protection system, back-up batteries or generator, and buildings for generator and/or communications as required per final design.� In addition, the project will address natural and cultural resource issues, and munitions and explosives of concern and include all necessary supporting facilities for a complete and usable facility.� The estimated cost is between $50 million and $100 million.� The solicitation (if any) and resulting contract (if any) will be subject to the Federal Acquisition Regulations (FAR) and supplemental U.S. Department of Defense and Agency Acquisition Regulations. Any comments received in regard to this requirement may be taken into consideration in the development of a final P&S (if any).� The Government will not provide responses to comments received. Contractors shall not construe issuance of this draft P&S as a RFP or as an obligation on the part of the Government.� The Government does not intend to award a contract on the basis of this draft P&S or otherwise pay for review or comments.� Unsolicited proposals will not be accepted. �All information will be held in a confidential manner and will only be used for the purposes intended. �Comments shall be provided with complete information as the Government will not seek clarification of information provided.� This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list.� Interested parties should respond to this announcement by providing questions and/or comments via e-mail to Contract Specialist, Amber Mori at amber.mori@navy.mil. �The responses are due NLT than 2:00 PM HST on 30 October 2020. �Responses shall include the following: organization, name, mailing address, phone number, and e-mail of designated point of contact. �Proprietary information will not be accepted. The Government intends to use various Navy personnel and possibly an architect-engineering firm to review and evaluate any responses to this announcement. Not responding to this announcement does not preclude participation in any future solicitation, if any is issued. �If the Government releases a solicitation, it will issue a synopsis on Contracting Opportunities of the beta.SAM.gov website (https://beta.sam.gov/).� It remains the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8eb7d44aedbd4685ab2c1357d5cc575f/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05829467-F 20201018/201016230134 (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.