SOLICITATION NOTICE
Y -- FY24 MCON P-870 9TH ENGINEERING SUPPORT BATTALION (ESB) TRAINING COMPLEX, CAMP BLAZ, MCB, GUAM
- Notice Date
- 2/15/2024 5:50:04 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
- N6274224R1313
- Response Due
- 3/1/2024 4:00:00 PM
- Archive Date
- 03/16/2024
- Point of Contact
- Kory Ann Jury, Phone: 8084713427, Rachel Isara-Phan, Phone: 8084713416, Fax: 8084745909
- E-Mail Address
-
koryann.y.jury.civ@us.navy.mil, rachel.m.isara-phan.civ@us.navy.mil
(koryann.y.jury.civ@us.navy.mil, rachel.m.isara-phan.civ@us.navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The scope of work includes the construction of training facilities to support III Marine expeditionary forces (MEF) 9th Engineer Support Battalion. Facilities consists of a medium-heavy equipment training area (HE Dig Pit), a water supply training area (UT) and a bulk fuel training area (BF) and a water supply training area (UT), designed to train personnel in the operation of combat earthmoving equipment, purification of non-potable water, and the distribution of bulk fuel (using either fuel or non-potable water). Structures shall be constructed of concrete, low-rise facilities with slab on grade foundations, reinforced concrete roofing, windows, mechanical (plumbing) and electrical systems. The magnitude of this project is estimated between $25,000,000 and $100,000,000.� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $45.0 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 492 calendar days. This acquisition is set aside 100% for participation among qualified small business concerns. 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. 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 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: New construction of cast-in-place reinforced concrete structures/buildings that resist seismic (Seismic Design Category D) AND wind loads (3-second gust (ultimate) of 195 mph or more). Projects must be approximately $5M or more in construction dollar value.� Completed or substantially completed within the last 15 years.� Substantially complete is defined as at least 90% complete. The Request for Proposal (RFP) will be available on or around 1 Mar 2024.� 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 14 March 2024, 9:00 a.m. Chamorro Standard Time (ChST).� �The pre-proposal site visit is to provide offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered.� Company attendees interested in this site visit should email to Kory Ann Jury, Contract Specialist, at koryann.y.jury.civ@us.navy.mil, and Contract Specialist, at rachel.m.isara-phan.civ@us.navy.mil the following: 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. 3. No DBIDS Credentials. Submit the following information and applicable forms (located at the end of Document 00100): 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. Upon review by the Government, the completed forms, signed Company Letter, and signed DBIDS Base Access Request Form will be returned to the company point of contact. Each attendee without DBIDS credentials will have to present the completed forms in person to the NGB VCC to get photographed and fingerprinted. If submitting three or less requests, the documents may be emailed to the VCC at nbg.vcc@fe.navy.mil. It is the attendees responsibility to ensure sufficient time is allowed prior to the date of the site visit. Do NOT expect NBG VCC to expeditiously process the forms. PLEASE BE INFORMED: Sufficient processing time is required. Consequently, if submission of forms is received after the specified due date and time, attendees may not be approved to attend the site visit. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information request may result in the Government's denial of access to the jobsite. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or you have consented to such release. Attendees shall enter via the designated gate and proceed directly to the site (see map at end of this section). Due to limited parking, it is recommended that contractors carpool. Also, as the project site is an active construction site, ALL ATTENDEES MUST WEAR PERSONAL PROTECTIVE EQUIPMENT (I.E., HARD HAT, REFLECTIVE VEST, PROTECTIVE GLASSES, AND HARD SOLE, STEEL TOED BOOTS).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5409cbc15bbc4104af6bc47cbb9b56dd/view)
- Record
- SN06967156-F 20240217/240215230051 (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 |