Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOLICITATION NOTICE

Y -- INDO-PACIFIC MULTIPLE AWARD CONSTRUCTION CONTRACT FOR PROJECTS IN THE NAVFAC PACIFIC AREA OF OPERATIONS

Notice Date
5/22/2024 3:59:00 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
N6274224R1328
 
Response Due
8/27/2024 5:00:00 PM
 
Archive Date
09/11/2024
 
Point of Contact
Adele Murakami, Phone: 8084711887
 
E-Mail Address
adele.m.murakami.civ@us.navy.mil
(adele.m.murakami.civ@us.navy.mil)
 
Description
Construction services are required for an Indefinite Delivery, Indefinite Quantity (IDIQ) type multiple award construction contract (MACC) �) to support the Pacific Deterrence Initiative program with the Exercise Related Construction (ERC), Unspecified Minor Military Construction (UMMC), US Code Title 10 Security Cooperation and other repair projects in the NAVFAC Pacific area of operations.� It is anticipated that this MACC may include projects in Caroline Islands, Philippines, Northern Territory Australia, Papua New Guinea, Timor Leste, Singapore, Malaysia, Thailand, Indonesia, Vietnam, Nepal, Sri Lanka, Fiji, Maldives and other areas under NAVFAC Pacific cognizance. 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 construction 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 technical 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.� 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 individual construction tasks. This MACC will encompass a wide range of design-build projects that may include new facilities, repair/renovation, and upgrades to a variety of facility types including, but not limited to, building facilities, warehouses, bridges, wharves/piers, dredging, airfield runways, fuel storage, roads, hangars, and other base infrastructure facilities produced in accordance with nationally recognized industry, international, federal, and/or military standards.� 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. Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 236220 � Commercial and Institutional Building Construction.� However, it will also include Subsection 237 � Heavy and Civil Engineering Construction.� 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. This solicitation will utilize the tradeoff source selection process in accordance with FAR 15.101 and FAR Subpart 15.3.� All technical factors, when combined, are considered of equal importance to Past Performance.� The factors are anticipated to be FACTOR 1 � Experience; FACTOR 2 � Past Performance; FACTOR 3 � Management Plan; and FACTOR 4 � Safety.� The Request for Proposal (RFP) will be available on or about 6 June 2024 at the System for Award Management (SAM) website at https://www.sam.gov.� Revisions to any posted documents will be posted to the SAM.gov website.� It is the responsibility of the Offeror to check the SAM.gov website periodically for any revisions to the posted documents.� Correspondence will be via facsimile transmission, unless otherwise noted in the project documents; therefore, each Offerors submission must clearly indicate a working facsimile number.� 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.gov at the time the proposal is submitted.� Registration may be made via the website at https://www.sam.gov.� Printed copies or CDs of the RFP will not be issued.�� The term of the contract is anticipated to be 96 months (base period of 60 months and three 12-month option periods) or $990,000,000 for all contracts combined, whichever occurs first.� Task orders will typically range between $500,000 and $20,000,000. �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 will 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 $10,000 is guaranteed for each awardee under the contract.� As task orders are awarded that exceed the $10,000, the $10,000 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. A one-time pre-proposal site visit (PPSV) for the seed project, Command and Control Fusion Center, Camp Melchor Dela Cruz, Isabela, Philippines, has been scheduled for 30 July 2024 at 9:00 a.m. Philippines Time (PHT).� 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. �It is recommended that each Offeror include an attendee for both the prime contractor and subcontractor/DOR.� Those interested in attending the site visit shall submit the following to Ms. Adele Murakami at adele.m.murakami.civ@us.navy.mil on or before 13 June 2024 at 2:00 p.m. Hawaii Standard Time (HST). LATE SUBMISSIONS WILL NOT BE ACCEPTED. � INSTRUCTIONS TO OFFERORS FOR PPSV BAR (BASE ACCESS REQUEST)� 1.� Provide personnel roster in an Excel spreadsheet (See page 2 of the attached ""PHIL_BAR_Form1.pdf"" for needed information and proper format). You may submit a maximum of four (4) names (2 primaries and 2 alternates) but only two (2) participants, one (1) driver, and one (1) vehicle, per Offeror shall be allowed to attend the PPSV. If you have a driver, he/she can enter the base but must remain in the vehicle throughout the site visit.� The driver is not permitted to attend the site visit and must present a valid form of identification or passport for base access. 2. Combine all IDs of participants into ""a single pdf file"", in letter size. Multiple pdf or Jpeg files shall not be accepted. � � � � � � a. Pdf file name shall be in the format �Company Name_IDs�. (e.g. McDonalds_IDs) � � � � � � b. Pdf file shall be bookmarked. Format bookmarks as �Last Name, First Name� (e.g. Cruz, Juan) � � � � � � c. Do not password-protect the file.� � � � � � � d. All IDs should be arranged in order according to the personnel roster in the Excel spreadsheet. Here are the preferred forms of ID: � � � � � � a. For Foreign Nationals: Only valid passport bio page accepted. � � � � � � b. For Philippine Citizens: Any one of the following are acceptable. � � � � � � � � �- Passport bio page � � � � � � � � �- Philippine Identification (PhilID) / ePhilID, � � � � � � � � �- Land Transportation Office (LTO) Driver's License, or � � � � � � � � �- Professional Regulatory Commission (PRC) ID 3. Company Business Profile (PDF Files only) Once the requested information is submitted, Offerors will receive a BAR with a DRN# upon approval from Joint United Stated Military Assistance Group (JUSMAG) Philippines. On the day of the site visit, the Offeror must present their approved BAR, associated form of ID, and digital or printed copy of Company Profile to be provided before base entry. Offerors shall not show up for the site visit without first signing up and receiving an approved BAR. THE NUMBER OF ATTENDEES SHALL BE LIMITED TO NO MORE THAN TWO (2) PARTICIPANTS AND ONE (1) DRIVER PER OFFEROR.� However, Offerors may submit Base Access Request (BAR) in the excel form provided, for up to four (4) individuals (two (2) attendees and two (2) alternates) per Offeror. Please clearly identify alternates and provide at least 48 hours advanced notice in the event an attendee must be switched out or be replaced with an approved alternate. The driver can enter the base but must remain in the vehicle throughout the site visit. The driver is not permitted to attend the site visit or replace any of the attendees during the site visit and must present a valid form of identification or passport for base access. On the day of the site visit, assembly shall be at Camp Melchor Dela Cruz in Gamu, Isabela, IVO 17� 4'27.82""N, 121�51'52.40""E.� Attendees shall wear safety vests. Vests or shirts with a company logo are preferred. Photography during the site visit is allowed within the confines of the project site. Use of drones is prohibited.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/280861635b9949c584783fff4f83f827/view)
 
Place of Performance
Address: Isabela, PH-ISA, PHL
Country: PHL
 
Record
SN07073304-F 20240524/240522230046 (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.