SOLICITATION NOTICE
Y -- FY20 MCAF P-9021/PAF189021 APSI - AIRFIELD DEVELOPMENT, PHASE 1 AND FY20 MCAF P-9022/PAF189022 APSI - PARKING APRON, TINIAN INTERNATIONAL AIRPORT, TINIAN, CNMI
- Notice Date
- 5/20/2020 12:12:49 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274220R1313
- Response Due
- 8/6/2020 5:00:00 PM
- Archive Date
- 08/21/2020
- Point of Contact
- Chelan N. Crane, Phone: 8084710794
- E-Mail Address
-
chelan.crane@navy.mil
(chelan.crane@navy.mil)
- Description
- The work for this project includes, but is not limited to, site development for Air Force access to Tinian International Airport, including a cleared and level site with paved road access, security fencing, extensive earthwork, drainage, electrical and water utility connections, demolition of WWII-era airfield pavements, construction of a water well, Munitions and Explosives of Concern work, and all other requirements for a complete and usable project.� The work will also include one (1) pre-priced option for construction of an aircraft parking apron and taxiways, with associated shoulders, using airfield established concrete and hot mix asphalt standards.� The parking apron will be sized for 12 KC-135/KC-46A aircraft and includes hydrant piping and related components to support 12 fuel valve pits.� The taxiways are required to meet DoD standards for ground control operations for large frame aircraft.� The project includes all necessary supporting components for a complete and usable facility.� In accordance with FAR 52.217-7, Option for Increased Quantity � Separately Priced Line Item, the Government may exercise the option by written notice to the Contractor within 360 days of contract award. The magnitude of this project is estimated between $100,000,000 and $250,000,000.� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237310 AND AVERAGE ANNUAL RECEIPTS IS $39.5 MILLION OVER THE PAST THREE YEARS.� The contract completion period is anticipated to be 1,630 calendar days. A sources sought notice (N62742AIRTINI) for this procurement was posted on 19 August 2019 on the Federal Business Opportunities website 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.� The NAVFAC Pacific small business office concurs with this decision. This is a source selection procurement requiring the submission of both non-price and price proposals.� Large business concerns will be required to submit a subcontracting plan as part of the proposal. 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: Factor 1 � Past Performance, Factor 2 �� Experience, Factor 3 � Management Plan, Factor 4 � Safety, and Factor 5 � Small Business Utilization.� Contract award will be made to that responsible offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering price and non-price evaluation factors. �For evaluation of past performance and experience, a relevant construction project is defined as and includes at least one of the following individual items: 1.�� Airfield Portland Cement Concrete (PCC) Pavement.� New airfield (aircraft taxiway or apron) PCC pavement of at least 10,000 square meters with a minimum concrete thickness of 300 mm.� Flexible pavement construction will not be considered when evaluating experience in Airfield PCC Pavements.� Only pavement of aircraft taxiways and aprons will be considered.� Projects submitted to demonstrate Airfield PCC Pavements will only be considered if the work was performed by the specific entity proposed for Airfield PCC Pavements, as identified in Block 9 of Attachment A. 2.�� Airfield Asphalt Concrete (AC) Pavement.� New airfield (aircraft apron, taxiway, shoulders, or runway) AC pavement of at least 10,000 square meters with a minimum concrete thickness of 50 mm.� Airfield PCC pavement construction will not be considered when evaluating experience in Airfield AC Pavements.� Only pavement of aircraft apron, taxiway, shoulders, or runway will be considered.� Projects submitted to demonstrate Airfield AC Pavements will only be considered if the work was performed by the specific entity proposed for Airfield AC Pavements, as identified in Block 9 of Attachment A. 3.�� Jet Fuel Hydrant System. �Jet fuel hydrant system consisting of fuel pits and a network of underground piping that transports jet fuel from storage tanks to an aircraft as part of an aviation fueling system at least $1 million or more in dollar value.� For projects where the jet fuel hydrant system is a portion of the overall project, the Offeror must clearly identify that the value of the jet fuel hydrant system is at least $1 million or more in dollar value.� Projects submitted to demonstrate Jet Fuel Hydrant System will only be considered if the work was performed by the specific entity proposed for the Jet Fuel Hydrant System, as identified in Block 9 of Attachment A. 4.�� Locations with Logistical Challenges.� Construction project with a dollar value of $5 million or more that was performed in a location with logistical challenges.� �Logistical challenges� is where construction materials, equipment, manpower, and workforce infrastructure are not readily available, similar to the Commonwealth of the Northern Mariana Islands.� Projects submitted to demonstrate Logistical Challenges will only be considered if the specific entity that performed the work associated with Logistical Challenges is proposed to perform work on this contract, as identified in Block 9 of Attachment A. All projects submitted to demonstrate experience must have been completed or substantially completed within the past ten (10) years from the date of issuance of the Request for Proposal (RFP).� �Substantially completed� is defined as being at least 90% physically complete. The RFP will be available on or about 12 June 2020.� Printed copies of the RFP will not be issued.� The RFP, including the specifications and drawings, can be accessed via the beta System for Award Management (SAM) website at https://beta.sam.gov/.� Contractors must register at the betaSAM website to obtain access to the RFP.� Registration instructions can be found on the betaSAM website.� Once registered in betaSAM, the contractor must request explicit access to view the documents.� An email will be forwarded once the contracting office has approved or declined the request.� Approved contractors may view and/or download the RFP documents.� Amendments will also be posted at https://beta.sam.gov/.� It is highly recommended that firms register on the betaSAM website as this will be the only plan holder�s list available.� It is the offeror�s responsibility to check the betaSAM website periodically for any amendments to the solicitation. Offerors are required to be registered in the SAM database at https://www.sam.gov at the time of proposal submission. A one-time pre-proposal site visit has been scheduled for 14 July 2020, 10:00 a.m., Chamorro Standard Time (ChST). �Please note that this date is subject to change due to the COVID-19 pandemic.� 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.� Offerors interested in attending the site visit shall submit the following information: ����� (1)� Attendee�s name ����� (2)� Company name & address ����� (3)� Photocopy of picture ID ����� (4)� Photocopy of passport photo page The information above shall be submitted to Ms. Chelan Crane at chelan.crane@navy.mil on or before 23 June 2020, 2:00 p.m., Hawaii Standard Time.� There will be no exceptions to late requests since it is of utmost importance to know the number of attendees due to the COVID-19 social distancing requirement.� PLEASE LIMIT THE NUMBER OF ATTENDEES TO A TOTAL OF TWO. Attendees are responsible for monitoring travel restrictions during the COVID-19 pandemic.� All parties traveling to Tinian will be expected to follow any COVID-19 protocols in place and to follow all other directives (quarantine period, face masks, social distancing, etc.).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b6d9d17454a1409797a93eb7d19ecd69/view)
- Place of Performance
- Address: MNP
- Country: MNP
- Country: MNP
- Record
- SN05664176-F 20200522/200520230155 (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 |