Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 03, 2018 FBO #6158
DOCUMENT

Y -- MCON P-013 COMMUNICATION/CRYPTOLOGIC FACILITY, JOINT BASE PEARL HARBOR HICKAM, WAHIAWA ANNEX, HAWAII - Attachment

Notice Date
10/1/2018
 
Notice Type
Attachment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274219R1317
 
Point of Contact
Erik Torngren 808-471-3661
 
Small Business Set-Aside
N/A
 
Description
The work includes construction (design-bid-build) of a communications/cryptologic facility at Joint Base Pearl Harbor Hickam, Wahiawa Annex, Hawaii. Construction services will include renovation of three existing buildings. Renovation work will include converting one of the three buildings from a communications facility into a secured facility in accordance with ICD/ICS 705 or DCID 6/9. Renovation of the communications facility includes demolishing walls, turnstiles, and unused equipment and CO2 systems, replacing electrical, mechanical, fire sprinklers, communication and security systems, reconfiguring/expanding restroom facilities, reconfiguring/ replacing existing power, emergency generator, uninterruptible power supply, lighting, and HVAC systems, renovating/modifying walls, ceilings, doors and penetrations to meet SCIF requirements, removing hazardous materials, and installing an accessible platform lift, ramps, interior partitions and doors. Renovation of building #105 includes demolishing walls, modifying electrical, mechanical, fire sprinklers, lighting, communication and security systems, interior painting, and installing interior walls, raised access flooring, and doors. Renovation of building #10 will include new doors, replacing window air conditioning units, and modifying electrical and communication systems. In accordance with UFC 4-010-05, secure facility construction shall be performed by U.S. companies using U.S. citizens or U.S. persons. U.S. Persons is defined as individuals who have been lawfully admitted for permanent residence as defined in 8 U.S.C. 1101(a)(20) or who are protected individuals as defined by Title 8 U.S.C. 1324b (a)(3), and able to provide two forms of identification listed on Department of Homeland Security Form I-9, Employment Eligibility Verification THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $36.5 MILLION OVER THE PAST THREE YEARS. The estimated dollar value of the required services range between $25,000,000 and $100,000,000. The contract completion period is anticipated to be 610 calendar days. This is a source selection procurement requiring both technical and price proposals. Large business concerns will be required to submit a subcontracting plan as a part of the proposal. 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 meeting or exceeding the acceptability standards for technical factors. The technical evaluation factors are anticipated to be as follows: (1) Experience; (2) Past Performance; and (3) Safety. The Request for Proposal (RFP) will be available on or about 24 October 2018. Hard copies containing of RFP will not be issued. The RFP, excluding the drawings and specification, will be available through the NECO website. The drawings and specifications will only be released to sources determined to be free from Foreign Ownership, Control, and Influence (FOCI). To determine eligibility for receipt of RFP specifications and drawings, interested sources shall complete and submit a Statement of Affiliation, attachment (1). All sources, whether prime Offerors or subcontractors at all tiers, must be vetted for FOCI. The determination of FOCI is solely at the discretion of U.S. Government security representatives. Denial of access to the documents or specification, or receiving them in a delayed manner, as a result of FOCI processing is not cause for a protest or an extension of the response period. An electronic copy of the Statement of Affiliation must be submitted to Erik Torngren, erik.torngren@navy.mil. Originals will be required to be submitted with the proposal submission. If a firm receives the drawings and specifications and declines to offer, then the original Statement of Affiliation shall be submitted with a certification that all digital copies have been permanently destroyed within 30 days after the bid closing date. Once a favorable FOCI determination has been adjudicated, the contractor will be required to submit a non-disclosure agreement signed by a representative with the authority to bind the firm. After the non-disclosure agreement has been submitted, an email will be forwarded by the contracting office to provide the direct link to request explicit access to the project. Contractors must register at the Federal Business Opportunities (FBO) website https://www.fbo.gov to obtain access to the project. Registration instructions can be found on the FBO website. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the project. The contractor shall maintain records containing the names of all persons issued documents along with a detailed description of the documents provided. Offerors are encouraged to submit the Statement of Affiliation as soon as possible. The process for review and approval of the Statement of Affiliation and the non-disclosure agreements may take up to 3 weeks. If a Statement of Affiliation is submitted less than 3 weeks before the closing date, there is no guarantee that an offeror will receive access to the drawings and specifications before the closing. Amendments will normally be posted to the website https://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to FBO. It is highly recommended that firms register on the NECO and on the FBO website as this will be the only plan holders list available. It is the Offerors responsibility to check the NECO and FBO website periodically for any amendments to the solicitation. Offerors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov. A one-time pre-proposal site visit is tentatively scheduled for 14 November 2018, 10:00 a.m. HST. 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. Only U.S. citizens are permitted to attend the site visit. ALL Offerors interested in attending the site visit (even if you are a DBIDS Credential holder) must submit a SECNAV 5512/1, (Attachment 2) (please leave Block 25, Base Sponsor ™s name blank), with a valid photo identification compliant with the REAL ID Act, and the following information: Company Name: Name of Visitor (Last Name, First Name, Middle Initial Phone Number: SSN: Date of Birth: U.S. Citizen: Yes or No Photographs will be permitted with an approved photo permit (Attachment 3). Submit the photo permit with your site visit request to the below. All documents shall be submitted to Erik Torngren at erik.torngren@navy.mil on or before 30 October 2018 at 2:00 p.m. HST. AWARD RESULTING FROM THIS SOLICITATION IS SUBJECT TO RECEIPT OF A FINDING OF NO SIGNIFICANT IMPACT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R1317/listing.html)
 
Document(s)
Attachment
 
File Name: N6274219R1317_Attach1_Statement_of_Affiliation_P013.pdf (https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach1_Statement_of_Affiliation_P013.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach1_Statement_of_Affiliation_P013.pdf

 
File Name: N6274219R1317_Attach2_SECNAV_5512-1.pdf (https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach2_SECNAV_5512-1.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach2_SECNAV_5512-1.pdf

 
File Name: N6274219R1317_Attach3_JBPHH__Photo_Permit_Request.pdf (https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach3_JBPHH__Photo_Permit_Request.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274219R1317_Attach3_JBPHH__Photo_Permit_Request.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05111265-W 20181003/181001230502-79b72f6acab2a9919f13e5beb62266de (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.