SOLICITATION NOTICE
Y -- FY18 MCON P-877 MOKAPU GATE ENTRY CONTROL AT/FP COMPLIANCE MARINE CORPS BASE HAWAII, KANEOHE BAY, HAWAII
- Notice Date
- 7/8/2020 6:22:27 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N62742-20-R-1304
- Response Due
- 7/14/2020 5:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- TYLER MOON, Phone: 8084744550
- E-Mail Address
-
tyler.moon@navy.mil
(tyler.moon@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The work includes constructing an entry control point (ECP) facilities and security improvements at the perimeter gate on Mokapu Road to meet Anti-Terrorism/Force Protection (AT/FP) requirements. The ECP facilities will include an over watch tower and station, generator/toilet/communications building, gate/controls house with guard booth and canopy, and a privately-owned-vehicle (POV) inspection area with canopy. The perimeter gate facilities will include a generator/toilet/communications building and gate/controls house. Structures will have concrete spread footings and wall footings, concrete slabs, concrete walls, and concrete roofs except for the POV canopy. The POV canopy will have concrete spread footings, steel frame, fabric roof, and incidental related work. 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 $10 million to $25 million U.S. Dollars. The contract completion period is anticipated to be 450 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 �Construction of site improvements including roadways, traffic controls, utility structures and grading. Relevant projects shall have been completed or substantially completed within the past ten (10) years from the date of issuance of this RFP and must be approximately $10M or more in dollar value. Substantially complete means at least 90% physical completion.� Amendments will be posted to the BETA SAM web site 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. Offerors are required to be registered in the SAM data base at https://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3f8bd9d4e5b04ae28a3e088e7d96c48c/view)
- Place of Performance
- Address: MCBH Kaneohe Bay, HI 96863, USA
- Zip Code: 96863
- Country: USA
- Zip Code: 96863
- Record
- SN05714821-F 20200710/200708230142 (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 |