Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2020 SAM #6772
SPECIAL NOTICE

Y -- DRAFT RFP FOR FY21 MILCON PROJECT P-3001 / AJJY203001 APSI-STANDOFF WEAPONS COMPLEX, MSA2

Notice Date
6/12/2020 1:04:42 PM
 
Notice Type
Special Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-Draft_SWCMSA2-KT
 
Response Due
6/26/2020 5:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
Shaun Kido
 
E-Mail Address
shaun.kido@navy.mil
(shaun.kido@navy.mil)
 
Description
NAVFAC Pacific Construction Contracts Branch is providing the draft plans and specifications (P&S) for industry review and comment. The draft P&S is being released as part of the Government�s efforts to improve the understanding of Government requirements and industry capabilities prior issuance of a Request for Proposal (RFP), thereby allowing potential offerors to judge whether or how they can satisfy the Government�s requirements, and enhancing the Government�s ability to obtain quality construction, at reasonable prices, and possibly increase efficiency in proposal preparation.� The draft P&S is for the construction (design-bid-build) of three new facilities and the selective demolition and renovations of one existing facility in the MSA2 area of Andersen AFB, Guam. The work also includes the removal and replacement of the roads serving the Munitions area, East Perimeter Road between connection to north end of the airfield to the taxiway adjacent to the MSA2 area. The work is located in a secured area of the base and requires the Contractor, and subcontractors, to obtain special clearance and attend airfield driving training classes to access these areas. Work will include the construction of two cast-in-place concrete earth covered magazines (4,400 SF), a new Powered Trailer Maintenance Facility (PTMF) of cast-in-place concrete walls and roof structure (8,273 SF) and renovations/additions to the Missile Assembly Shop (14,168/ 16,288 SF). The existing asphalt roadways will be demolished and replaced with new reinforced concrete pavement (340,000 SF) capable of supporting maximum vehicle weight of 80,000 lbs. Work also includes sitework clearing and grubbing, grading and extension of existing utilities infrastructure to the new facilities.� The cost is estimated to be between $25 million and $100 million.� The solicitation (if any) and resulting contract (if any) will be subject to the Federal Acquisition Regulations (FAR) and supplemental U.S. Department of Defense and Agency Acquisition Regulations. Any comments received in regard to this requirement may be taken into consideration in the development of a final P&S (if any).� The Government will not provide responses to comments received. Issuance of the draft P&S shall not be construed as a Request for Proposal or as an obligation on the part of the Government.� The Government does not intend to award a contract on the basis of this draft P&S or otherwise pay for review or comments.� Unsolicited proposals will not be accepted. �All information will be held in a confidential manner and will only be used for the purposes intended. �Comments shall be provided with complete information as the Government will not seek clarification of information provided.� This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list.� Interested parties are requested to respond to this announcement by providing questions and/or comments via e-mail to Contract Specialist, Shaun Kido at shaun.kido@navy.mil. The responses are due to NLT than 2:00 PM HST on 26 June 2020. �Responses shall include the following: organization, name, mailing address, phone number, and e-mail of designated point of contact. �Proprietary information will not be accepted. The Government intends to use various Navy personnel and possibly an architect-engineering firm to review and evaluate any responses to this announcement. Not responding to this announcement does not preclude participation in any future solicitation, if any is issued. �If a solicitation is released, it will be synopsized on the BETA System for Award Management website at https://beta.sam.gov/.� It remains the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08962313906f4214a3c39641a426a9e4/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN05688450-F 20200614/200612230148 (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.