SOLICITATION NOTICE
Y -- FY24 MDA PROJECT 699 DEFENSE OF GUAM, INITIAL DEPLOYMENT, JOINT REGION MARIANAS, GUAM
- Notice Date
- 6/16/2023 2:18:26 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274223R1319
- Response Due
- 9/5/2023 5:00:00 PM
- Archive Date
- 09/20/2023
- Point of Contact
- Adele Murakami
- E-Mail Address
-
adele.m.murakami.civ@us.navy.mil
(adele.m.murakami.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The work includes the following and related incidental work for the construction of an Initial Deployment Capability (IDC) at Northwest Field, Andersen AFB, Guam. The IDC site consists of concrete slab foundations for equipment, and other foundations such as compacted aggregate foundation for trailers, rubber-tired equipment, and other assets/supporting facilities. Ramp for access to elevated equipment to include concrete paving and connection to existing concrete pavement. Site preparation for placement of range safety equipment to support testing.� Communication infrastructure must be routed (via new conduit) to the IDC Site from the designated existing manholes, and connect to existing communications complex. Install lightning protection and grounding systems for assets and auxiliary equipment. Install an Expeditionary Command Center with Relocatable Shelters, and install portable latrines. Install temporary armored electrical cables and communication fiber (TFOCA) above ground and protected from vehicles and the environment. Install portable light sets for safety lighting. Install electrical panels and switchgear to interface with portable power plant to support temporary, expeditionary site. ����� There will be one option item:� Option Item 1 will be for the construction of test facility sites and support, and may be exercised at the time of contract award if funds are available and if the option is determined to be in the best interest of the Government. This an Unspecified Minor Construction project.� The acquisition is set aside 100% for participation among qualified small business concerns.� � The magnitude of this project is estimated between $10,000,000 and $25,000,000.� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237310 AND AVERAGE ANNUAL RECEIPTS IS $45 MILLION OVER THE PAST THREE YEARS.� THIS PROCUREMENT IS UNRESTRICTED.� The contract completion period is anticipated to be 300 calendar days. This is a 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. The contract resulting from this solicitation will be awarded to that responsible Offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals (within the funds available) meeting 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:� �Construction of site improvements of approximately 5 acres or more involving clearing and grubbing and mass grading, including construction of reinforced concrete equipment pads approximately $5 million or more in dollar value, completed or substantially completed within ten (10) years of the date of issuance of this RFP.� Substantially complete means at least 90% physically complete.� The Request for Proposal (RFP) will be available on or around 3 July 2023.� Printed copies of The RFP will not be issued.� The RFP, including the specifications and drawings, can be accessed via the System for Award Management (SAM) website at https://sam.gov/.� Contractors must register at the SAM website to obtain access to the RFP.� Registration instructions can be found on the SAM website.� Amendments will also be posted at https://sam.gov/.� It is highly recommended that firms register on the SAM website as this will be the only plan holder�s list available.� It is the offeror�s responsibility to check the SAM website periodically for any amendments to the solicitation. A one-time pre-proposal site visit has been scheduled for 4 August 2023, 10:00 a.m., Chamorro Standard Time.� This 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.� THE NUMBER OF ATTENDEES SHALL BE LIMITED TO TWO (2) PEOPLE PER COMPANY.� Offerors interested in attending the pre-proposal site visit shall submit the following form (attached): ������ (1) Base Access Request � Contractor Memo (Fill-in information in red.) ������ (2) III Log (Complete in accordance with the attached �How to Fill Out the III Log� instructions located at the end of this Document.) ������ (3) Base Access Affidavit 2020 (completed for each visitor that does NOT have a RapidGate pass) ������ (4) Foreign National Access Request Form ������ (5) Contractor Policy Update Memo ������ (6) Either a U.S. Passport or REAL ID Act Driver�s License/ID The completed forms shall be submitted to Adele Murakami at adele.m.murakami.civ@us.navy.mil on or before 17 July 2023, 2:00 PM HST.� Once approved for base access, a Tracking Number will be emailed to attendees for use when obtaining base passes at the Visitor Control Center (Northgate), Andersen Air Force Base.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/47cc18fa94c54236a16fd690a3e983b9/view)
- Record
- SN06718851-F 20230618/230616230107 (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 |