SOLICITATION NOTICE
Y -- J017-II UTILITIES & SITE IMPROVEMENTS PHASE II MAIN AND COMMERCIAL GATES, US NAVSUPPACT MARINE CORPS BASE, GUAM
- Notice Date
- 1/30/2020 5:46:12 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860 USA
- ZIP Code
- 96860
- Solicitation Number
- N62742-20-R-1331
- Response Due
- 3/12/2020 5:00:00 PM
- Archive Date
- 09/30/2020
- Point of Contact
- TYLER MOON, Phone: 8084744550
- E-Mail Address
-
tyler.moon@navy.mil
(tyler.moon@navy.mil)
- Description
- This project is for construction of a main gate and a commercial/tactical vehicle gate to provide installation security for Marine Corps Base Guam (MCBG) and meet Anti-Terrorism Force Protection and unified facilities criteria (UFC) requirements.� Main gate facilities include an entry canopy with guard booths and guard pedestals, a gate house, an overwatch enclosure, a utility building, a search area with a canopy, and a Visitor Control Center building with a parking lot for visitor privately owned vehicles (POVs).� Commercial gate facilities include a primary canopy with guard booths and guard pedestals, pull-off POV inspection area, gate house/search office, an overwatch tower, a utility building, and a parking area for Security Forces.� The project will be funded by the Government of Japan (GoJ) direct cash contributions (otherwise referred to as Mamizu funds).� Therefore, GoJ will be involved as observers and participating in its contracting process.� A one-time site visit has been scheduled for 24 March 2020 at 9:00 a.m. Chamorro Standard Time (ChST).� The site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered.� Each company is limited to four (4) attendees. Those interested in attending the site visit shall submit: (1) Company letter template (One letter required per company.), (2) SECNAV 5512/1 Form (Each attendee please read, complete and sign/date.), (3) Naval Base Guam Foreign National Base Access Request Form (applicable only for foreign nationals, each attendee please read and complete.), (4) FN Biometric Data Form (Applicable only for foreign nationals. Each attendee please read and complete.), (5) Request For Camera Pass Form (Applicable only for those who will be taking photos.� One letter required per company.), (6) Request for C-Badge Form (One letter required per company.), (7) Naval Base Guam Explosives Safety Naval Munitions Site Hazard Brief (Each attendee please read and sign/date.), (8) Naval base Guam Explosives Safety Kilo Wharf Hazard Brief (Each attendee please read and sign/date.), and (9) Proof of U.S. Citizenship or Residence (Copy of U.S. Passports or Green Card.) to Mr. Tyler Moon at tyler.moon@navy.mil on or before 20 February 2020 2:00 p.m. HST (NO EXCEPTIONS).� Additional information regarding the site visit will be provided in Document 00100 of the RFP. The NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS IS $39.5 MILLION OVER THE PAST THREE YEARS.� Estimated range is between $25 million to $50 million U.S. Dollars.� The contract completion period is anticipated to be 900 calendar days. This is a source selection procurement requiring the submission of both technical and price proposals.� Contract award will be made to the responsible offeror whose offer, conforming to the Request for Proposal (RFP), 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 a construction project that includes at least one of the following individual items: New construction of an industrial or administrative building with reinforced concrete walls and roof, approximately $10 million or more in new construction value. New construction of asphalt concrete roadways with permanent traffic controls, approximately $2 million or more in new construction value. New construction of underground utilities and utility structures, approximately $1 million or more in new construction value. � All projects must have been completed or substantially completed within ten (10) years of the date of issuance of this RFP.� Substantially complete is defined as a minimum of 90 percent physically complete. The RFP will be available on or about 14 February 2020.� Printed copies of the RFP will not be issued.� The RFP, including the specifications and drawings, can be accessed at the BETA System for Award Management (SAM) website.� Contractors must register at the BETA SAM website to obtain access to the RFP.� Registration instructions can be found on the BETA SAM website.� Once registered in BETA SAM, the contractor must request explicit access to view the documents.� An email will be forwarded once the contracting officer has approved or declined the request.� Approved contractors may view and/or download the RFP documents. Amendments will be posted to the BETA SAM website https://beta.sam.gov/.� It is highly recommended that firms register on the BETA SAM website as this will be the only plan holder�s list available.� It is the offerors responsibility to check the BETA SAM website periodically for any amendments to the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/116cec19262c461bb4f29849cbfe1fbc/view)
- Place of Performance
- Address: GUM
- Country: GUM
- Country: GUM
- Record
- SN05547654-F 20200201/200130230203 (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 |