Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

Y -- FY21 MCON Project P-803, Individual Combat Skills Training, Marine Corps Base Guam, Finegayan, Guam

Notice Date
4/7/2021 6:52:29 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-21-R-1315
 
Response Due
6/9/2021 5:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Norine E. Horikawa, Phone: 8084712235, Fax: 8084745909
 
E-Mail Address
norine.horikawa@navy.mil
(norine.horikawa@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
04/07/2021 - A site visit is scheduled for 13 MAY 2021 at 0900 Guam Time.� Please limit the number of attendees to 2 persons per contractor.� In addition, if you have a valid DBIDS pass, you are not required to submit a SECNAV 5512.� Please be advised that passes for foreign nationals will take longer to process and may not be processed in time. If your personnel have DBIDS passes for locations other than Camp Blaz, you may submit an email request to have Camp Blaz added remotely.� Please email M-GU-NBG-N3AT-VCC@fe.navy.mil OR NBG.VCC@fe.navy.mil with NAME & DOB/SSN.� In lieu of providing DOB/SSN (PII security purposes), recommend providing the DBIDS DOD ID number that is located on the back of your card.� Please submit site visit documents NLT 14 APRIL 2021 at 2:00 p.m. HST. Revised site visit documents are attached. *******************************************************� �03/30/2021 - The site visit that was tentatively scheduled for April 22, 2021 is cancelled and will be rescheduled at a later date.� ********************************************************� This project is 100% set aside for qualified Small Business Concerns. The work for this project includes the construction (Design-Bid-Build) of a covered training area, field training area, rappel training area, hand-to-hand combat pit and an obstacle course.� The covered training area will be a single-story, open concrete structure constructed with reinforced concrete walls, concrete slab, beams, and columns on spread footing, with a raised reinforced concrete stage and built-in concrete benches.� The covered training areas also includes:� a small utility closet to support facility related control system and a telephone; a comfort station to house male and female restrooms, janitor�s closet and a water fountain station.� The field training area will be an open, grassy area to support various exercises, training, and other activities.� The rappelling training area consists of a multi-level rappel rope stations.� The tower will be constructed with reinforced concrete floors and beams supported on concrete columns and spread footings.� The base of the tower, except for the slab-on-grade floor at the stairs will be graded with a rubber mulch bed and perforated pipes below for drainage.� The hand-to-hand combat pit will be graded for an open, squared area infilled with a rubber mulch bed with rubber curbing at edges of cushioned fill and perforated pipes for drainage.� The obstacle course will be installed in an open grass field with sand fill. This acquisition will include three option items:� Option 1 � construction of a portion of the field training area; Option 2 � construction of the roof over the bleachers; and Option 3 � construction of the roof over the rappelling tower. Options may be awarded within 0 � 365 days after award of a contract if funds are available and if the options are determined to be in the best interest of the Government.� The magnitude of this project is estimated between $10M and $25M. The North American Industry Classification System (NAICS) Code is 236220 Commercial and Institutional Building Construction, average annual receipts is $39.5 million over the past three years. The contract completion period is anticipated to be 365 calendar days. This acquisition is set aside 100% for participation among qualified small business concerns.� This is a lowest-price technically acceptable source selection procurement requiring the submission of both technical and price proposals. Proposals submitted 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 anticipated to be as follows: (1) Experience, (2) Past Performance, and (3) Safety. For evaluation of experience and past performance, a relevant construction project is anticipated to be defined as: New construction of cast-in-place reinforced concrete structures/buildings that resist seismic (Seismic Design Category D) AND wind loads (basic wind speeds of 195 mph or more and Exposure Category C).� Projects must be approximately $5M or more in construction dollar value.� The solicitation will be available on or about April 8, 2021. �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.� For proposal preparation purposes only, the Contracting Officer approves the release of the RFP drawings and specifications to subcontractors and suppliers who have a need-to-know. Questions regarding the RFP shall be emailed to norine.horikawa@navy.mil no later than 10 business days before the RFP closing date and time.� Questions and answers will be posted to the BETA SAM website at https://beta.sam.gov/ as Notices to the RFP.� Any amendments to the RFP will also be posted to the BETA SAM website https://beta.sam.gov/. �Therefore, it is highly recommended that firms register on the BETA SAM website.� In addition, this website will be the only plan holder�s list available. It is the Offeror�s responsibility to check the BETA SAM website periodically for any Notices or amendments to the solicitation. A one-time site visit has been tentatively scheduled for April 22, 2021 at 10:00 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 and is not for the purpose of answering questions.� PLEASE LIMIT THE NUMBER OF ATTENDEES TO TWO (2) PER COMPANY. Those interested in attending the site visit shall submit the following: (1)�� BASE ACCESS REQUEST FORM:� One required per organization. ������� (2)�� COMPANY LETTERHEAD:� One required per organization.� Please list names in alphabetical order. ������� (3)�� SECNAV 5512/1 FORM:� One required per attendee.� Include copies of supporting documents, such as passport, driver�s license, etc. (refer to list of acceptable documents on page 3). ������� (4)�� NAVAL BASE GUAM FOREIGN NATIONAL BASE ACCESS REQUEST FORM:� Required for foreign nationals.� Include copies of Passport, Visa, and/or other valid identification. ������� (5)�� FN BIOMETRIC DATA FORM:� Required for foreign nationals.� REQUEST FOR CAMERA PASS FORM:� One required per organization (if attendees will be taking photos).� If attendee(s) do not have CAC/DBIDS, please place an asterisk next to their name to identify that they will be sponsored by Government personnel. � Attendees are responsible for monitoring travel restrictions during the COVID-19 pandemic.� All parties will be expected to follow any COVID-19 protocols in place and to follow all other directives (quarantine period, face masks, social distancing, etc.). � The completed forms and copy of IDs shall be submitted by electronic mail to Norine Horikawa at norine.horikawa@navy.mil on or before April 12, 2021, 2:00 p.m. Hawaii Standard Time.� There will be no exceptions to late requests since it is of utmost importance to know the number of attendees due to COVID-19 social distancing requirements. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af41ee08b5474b93a43b31c706b9a902/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05964882-F 20210409/210407230113 (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.