SOLICITATION NOTICE
Y -- PACIFIC DETERRENCE INITIATIVE MULTIPLE AWARD CONSTRUCTION CONTRACT, VARIOUS LOCATIONS, INDO-PACIFIC
- Notice Date
- 5/2/2024 10:37:55 AM
- Notice Type
- Presolicitation
- NAICS
- 237
—
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274224R1321
- Response Due
- 9/11/2024 5:00:00 PM
- Archive Date
- 09/26/2024
- Point of Contact
- Kylee Chun, Phone: 8084710794, Fax: 8084710794
- E-Mail Address
-
kylee.k.chun.civ@us.navy.mil
(kylee.k.chun.civ@us.navy.mil)
- Description
- The main purpose of this Pacific Deterrence Initiative Multiple Award Construction Contract (hereinafter referred to as ""PDI MACC"") is to award task orders, which supports the PDI program.� It is anticipated that this PDI MACC may include projects in Australia � Cocos Islands, Australia - Papua New Guinea, Australia - Timor Leste, Australia � Bandiana, Micronesia � Palau, Micronesia � Federated States of Micronesia, Micronesia � Rota, CNMI � Tinian, Philippines, U.S. Pacific � Midway, U.S. Pacific � Wake Island, and other areas under NAVFAC Pacific cognizance. All work under the MACC will be initiated by task orders that will be competed amongst only the MACC holders (firms awarded one of the potential contracts).� Contractors will be expected to accomplish a wide variety of Design Build (DB) and Design-Bid-Build (DBB) projects that may include new facilities, repair/renovation, and upgrades to a variety of facility types, including, but not limited to, wharves/piers, dredging, aprons, runways, fuel storage, roads, hangars, and other base infrastructure facilities.� The selected contractors will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. The services under this procurement align with the Construction Services portfolio group and Facility Related Services portfolio group as found in the USD (ATL) memorandum entitled, �Taxonomy for the Acquisition of Services and Supplies & Equipment� dated 27 August 2012. A MACC is a contract awarded from a single solicitation and may result in award to multiple contractors.� This procurement consists of one solicitation with the intent to award a minimum of three (3) Indefinite Delivery Indefinite Quantity (IDIQ) type contracts to the Offerors whose proposals, conforming to the RFP, represent the most advantageous offers to the Government resulting in the best value, price and non-price factors considered.� Successful Offerors will compete for future work during the term of the contract.� If determined to be in the best interest of the Government, less than three (3) contracts may be awarded or the Government may cancel the procurement.� Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code Subsection 237 � Heavy and Civil Engineering Construction, average annual receipts of $45 million over the past three years. However, it may also include code 236220 � Commercial and Institutional Building Construction, average annual receipts is $45 million over the past three years.� Sources sought notice N62742INDOSS for this procurement was posted on 25 May 2023 on 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.� FAR Part 19 will not apply to the PDI MACC since the contract is anticipated to be performed outside the U.S. and its outlying areas.� Therefore, Large Business concerns will not be required to submit a subcontracting plan as part of the proposal. This is a two-phase design-build, best value, trade off procurement.� The Government intends to evaluate phase-one submissions and move forward to phase-two without conducting discussions with any Offeror, except for clarifications as described in FAR 15.306(a).� However, the Government reserves the right to conduct discussions with phase-one Offerors, if required. The phase-one factors are: Factor 1, Technical Approach; Factor 2 Bonding Capacity; Factor 3, Experience; and Factor 4, Performance Confidence Assessment (Past Performance).� The phase-two factor is: Factor 5, Safety. Factors 1 and 2 will be evaluated in phase one on the basis of Acceptable and Unacceptable and will not be considered in the best value decision.� The relative order of importance of the non-price evaluation factors is the technical factors (Factors 3 and 5) are of equal importance to each other, and when combined, are equal in importance to the performance confidence assessment (past performance) factor (Factor 4). When the proposal is evaluated as a whole, the technical factors and past performance factor combined (i.e., the non-price evaluation factors) shall be considered significantly more important than price. For evaluation of Factor 3 � Experience and Factor 4 � Performance Confidence Assessment (Past Performance), a maximum of four (4) construction and two (2) design projects may be submitted that demonstrate experience in similar size, scope, and complexity. Furthermore, a relevant construction project is defined as: New construction or repair of an existing airfield (aircraft runway, taxiway, or apron) Portland Cement Concrete (PCC) pavement of at least 20,000 square meters with a minimum concrete thickness of 300 mm. Flexible pavement construction will not be considered. New construction or repair of an existing wharf approximately $30 million or more in dollar value. Relevant design projects are defined as: New construction of an aircraft hangar or industrial building/structure, approximately $20 million or more in dollar value. More favorable consideration may be given to relevant CONSTRUCTION projects that: Work performed in a remote location. Provided workforce housing and subsistence provisions. Coordinated construction activities near an operational airfield/airport or operational port/harbor. Had a magnitude of approximately $100 million or more in dollar value. More favorable consideration may be given to relevant DESIGN projects: Where Offeror and proposed design firm(s) have previously worked together. Were aircraft hangars, instead of industrial buildings/structures. Included structures containing long spans and column-free areas, approximately 90 meters or more in width. Included structures utilizing heavy structural steel roof truss framing (structure consisting of multiple structural steel members connected at nodes or joints), instead of pre-engineered building construction. If the Offeror utilizes a subcontractor�s experience to demonstrate relevant project experience, the project may not be given the same level of consideration as either a prime contractor, a joint venture partner, or LLC member company, because there is no direct legal relationship between the Government and the subcontractor.� �Remote location� is defined as: geographically isolated areas with little or no locally available resources and little or no capability of furnishing a steady supply of equipment or materials, where the Offeror must face the management and logistical challenge of having to ship at least 90% of the project materials and equipment via barge transportation. Examples included but are not limited to Diego Garcia, Wake Island, Tinian, Saipan, Papa New Guinea, and Federated States of Micronesia. For purposes of this evaluation, Guam and Hawaii are not considered to be remote locations. The phase-one Request for Proposal documents will be available on or about 25 June 2024 through the System for Award Management (SAM) website at the following link https://www.sam.gov. �Revisions to any posted documents will be posted to the SAM web site.� It is the responsibility of the Offeror to check the SAM website periodically for any revisions to the posted documents.� In accordance with FAR 4.11, all prime firms, including any newly formed Joint Ventures/Limited Liability Companies (LLCs), are required to be registered in SAM at the time the proposal is submitted.� Registration may be made via the website at https://www.sam.gov.� Printed copies of the RFP will not be issued.� � The seed project and a pre-proposal site visit will be scheduled during phase-two. The term of the contract is anticipated to be 96 months (base period of 60 months and three 12-month option periods) or $15,000,000,000 for all contracts combined, whichever occurs first.� Task orders will typically range between $20,000,000 and $2,000,000,000. �Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract.� Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $25,000 is guaranteed for each awardee under the contract.� As task orders are awarded that exceed the $25,000, the $25,000 minimum guarantee will be deobligated and the Government�s obligation for the minimum guarantee for the contract will be satisfied.� � In support of the design-build task orders, MACC holders shall retain the services of professional architect-engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts.� A-E firms employed shall have active U.S. professional registration or equivalent qualifications.� Note:� During contract execution, U.S. registration will be required for all architects or engineers who approve designs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d523bc3e481441a18e1ff5d5c59904de/view)
- Record
- SN07050056-F 20240504/240502230039 (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 |