Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2024 SAM #8159
SOLICITATION NOTICE

Y -- FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM

Notice Date
3/28/2024 12:35:47 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274224R1319
 
Response Due
6/20/2024 5:00:00 PM
 
Archive Date
07/05/2024
 
Point of Contact
Merbby Corpuz, Phone: 808-474-4550
 
E-Mail Address
merbbyjoyce.n.corpuz.civ@us.navy.mil
(merbbyjoyce.n.corpuz.civ@us.navy.mil)
 
Description
The work for this project includes, but is not limited to, the construction of a multi-story communications center facility to support Naval Computer and Telecommunications Station Guam operations. �Special features include Sensitive Compartmented Information Facility construction work in accordance with ICD/ICS 705 and demolition and incidental related work. �Secure facility construction shall be performed by U.S. companies using U.S. citizens. � The work will also include three (3) pre-priced options for the construction of two (2) single-story warehouse facilities, and OSP Fiber Line SONET Ring. In accordance with FAR 52.217-7 Option for Increased Quantity � Separately Priced Line Item, the Government may exercise the options by written notice to the Contractor within 365 days of contract award. � The magnitude of this project is estimated between $250,000,000 and $500,000,000. �THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $45 MILLION OVER THE PAST THREE YEARS. �The contract completion period is anticipated to be 1,255 calendar days. A sources sought notice (N62742SSCOMMS) for this procurement was posted on 22 August 2023 on the System for Award Management (SAM) website https://www.sam.gov/, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. �As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition.� This solicitation will utilize the tradeoff source selection process. �All technical factors are equal importance to each other, and when combined, are considered of equal importance to Past Performance. �The factors are: �Factor 1 � Experience, Factor 2 � Safety, Factor 3 � Small Business Utilization and Participation, Factor 4 � Past Performance, and Price. �Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. �Furthermore, a relevant construction project is defined as a construction project that includes at least one of the following individual features: ��� �(1)�� ��� �Precision Cooling System. �New construction or replacement of a chiller type technology cooling system engineered specifically for data center/electronic/IT networking environments. �Projects submitted which reference comfort cooling systems which are engineered primarily for the intermittent use required to maintain a comfortable environment for people in facilities will not be considered. �Projects submitted to demonstrate Precision Cooling System will only be considered if the work was performed by the specific entity proposed for the Precision Cooling System under the resultant contract, as identified in Block 10 of Attachment A.� �� �(2)�� �Uninterruptable Power Supply System. �New construction or replacement of an Uninterruptible Power Supply (UPS) system that is 225 kVA size or more. �Projects submitted to demonstrate UPS System experience will only be considered if the work was performed by the specific entity proposed for the UPS System, as identified in Block 10 of Attachment A. � �� �(3)�� �Clean Agent Fire Suppression System. �New construction or replacement of a clean agent fire extinguishing system and releasing system, including all mechanical, controls and electrical components necessary for a complete and operating clean agent fire suppression system. �Projects submitted to demonstrate Clean Agent Fire Suppression System experience will only be considered if the work was performed by the specific entity proposed for the Clean Agent Fire Suppression System, as identified in Block 10 of Attachment A. Projects submitted to demonstrate relevant construction individual features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System, will only be considered if the work was performed by the specific entity proposed to perform that type of work in this contract. If the Offeror self-performed the relevant construction individual features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System, then the Offeror must confirm that it will self-perform the same relevant individual feature(s) in order to be considered. Projects submitted shall collectively demonstrate experience in all three (3) individual features: �(1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System. �Failure to demonstrate experience in all three (3) individual features shall be considered a deficiency and an Unacceptable rating will be assigned for this factor. �All individual features, or multiple individual features, do not have to be within any single project scope. Relevant projects shall have been completed or substantially completed within the last ten (10) years of the date of issuance of this RFP. �Substantially complete� is defined as at least 90% physically completed construction. Building alteration, repair, renovation, conversion, and addition work will not be considered as relevant projects. The Request for Proposal (RFP) will be available on or around 10 April 2024. �Printed copies or CD�s will not be issued. �The RFP, including the specifications and drawings, will only be released to U.S. Citizens of U.S. Firms. To determine eligibility for receipt of RFP documents, each interested firm shall complete and submit a U.S. Firm Certification, attachment (1). �All sources, whether prime Offerors or subcontractors at all tiers, must certify that it is a U.S. Firm. �Once a favorable U.S. Firm determination has been made, all individuals of the approved U.S. Firm requiring access to the RFP documents shall complete and submit a U.S. Citizen Certification, attachment (2), along with proof of U.S. citizenship and a signed Non-Disclosure Agreement, attachment (3). �A list of acceptable documents for proof of U.S. citizenship is provided in attachment (2). All documents shall be submitted to Ms. Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil. � Offerors are encouraged to submit the required documents as soon as possible. The RFP, including the specifications and drawings, can be accessed by approved individuals via the SAM website at https://sam.gov/. �Approved individuals must register at the SAM website to obtain access to the RFP. �Registration instructions can be found on the SAM website. �Once registered in SAM, approved individuals must request explicit access to view the documents. �An email will be forwarded once the contracting office has approved or declined the request. �Approved individuals may view and/or download the RFP documents. �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. Offerors are required to be registered in the SAM database at https://www.sam.gov at the time of proposal submission. A one-time pre-proposal site visit has been scheduled for 24 April 2024 at 9:30 a.m. Chamorro Standard Time (ChST). �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. �Please submit the applicable information to Ms. Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil on or before 17 April 2024, 2:00 p.m., Hawaii Standard Time (HST). � (1)�� �Current DBIDS. �If an interested attendee has current DBIDS credentials for the specific base where the project is located, submit the following: a.�� �COMPANY LETTER TEMPLATE: �One letter required per company. List attendees in alphabetical order (by last name). �Must be signed by a person authorized to provide the certification required. b.�� �REQUEST FOR CAMERA PASS FORM: �Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. DBIDS number is required on the form. �Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. �An appointment with the Naval Base Guam (NBG) Visitor�s Control Center (VCC) is required to complete the processing of your camera pass. �� � � �(2) Current DBIDS not for the specific base where the project is located. �Submit the following: a.�� �COMPANY LETTERHEAD TEMPLATE: �One letter required per company. List attendees in alphabetical order (by last name). �Must be signed by a person authorized to provide the certification required. b.�� �DBIDS BASE ACCESS REQUEST FORM: �Each attendee please read, complete, and sign/date. Typewritten is preferred. �Any handwritten forms MUST be legible.� Email the VCC at M-GU-NBG-N3AT-VCC@FE.NAVY.MIL �to have their DBIDS programmed with the specific base where the project is located. �Prior to emailing the VCC, please submit the Company Letter and the DBIDS Base Access Request Form to the POC in subparagraph (c) above for approval. �Once approved, the documents will be sent back to you for submission to the NGB VCC along with the request to have the DBIDS cards programmed with the specific base where the project is located. �� c.�� �REQUEST FOR CAMERA PASS FORM: �Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. DBIDS number is required on the form. �Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. �An appointment with the Naval Base Guam (NBG) Visitor�s Control Center (VCC) is required to complete the processing of your camera pass. �� �� �(2)�� �No DBIDS Credentials. �Submit the following: a.�� �COMPANY LETTERHEAD TEMPLATE: �One letter required per company. List attendees in alphabetical order (by last name). �Must be signed by a person authorized to provide the certification required. b.�� �SECNAV 5512/1 FORM: �Each attendee shall read, complete, and sign/date form. Typewritten is preferred. �Any handwritten forms MUST be legible. Do not submit the SECNAV 5512/1 form to the Government. �The Contractor is responsible for either hand-carrying or emailing this document to the NGB VCC along with any other pertinent document listed in this subparagraph. c.�� �DBIDS BASE ACCESS REQUEST FORM: �Each attendee please read, complete, and sign/date. Typewritten is preferred. �Any handwritten forms MUST be legible.� d.�� �NAVAL BASE GUAM FOREIGN NATIONAL BASE ACCESS REQUEST FORM (Applicable to foreign nationals only). �Each attendee please read and complete. e.�� �FN BIOMETRIC DATA FORM (Applicable to foreign nationals only): �Each attendee please read and complete. f.�� �REQUEST FOR CAMERA PASS FORM: �Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. Once you have a routing number from the VCC for your DBIDS application, insert that number on the form. �Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. �An appointment with the Naval Base Guam (NBG) Visitor�s Control Center (VCC) is required to complete the processing of your camera pass. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0f66f9a875ff40b6887d17cbcf0f7e2f/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN07012376-F 20240330/240328230042 (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.