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 6:25:07 PM
- Notice Type
- Presolicitation
- 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
- 09/30/2021
- 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. A one-time site visit has been scheduled for 18 June 2020 at 10:00 a.m. Hawaii Standard Time (HST).� The 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.� ALL offerors interested in attending the site visit (even if you are a DBIDS Credential holder) must submit the following information: Name (Last, First, Middle): Date of Birth: Company: Ever Issued DBIDS Card or DBIDS Temp Pass: �Yes or No If No to above question, provide your QR Code (see instructions below) If you do not have a CAC you will need to: � � � � 1.� Pre-enroll into the DBIDS system at: https://dbids-global.dmdc.mil/enroll#!/.� Pre-enrollment can be no more than 30 days prior to the site visit. �You will need two forms of identification when you pre-enroll.� Pre-enrollment can be made on a computer, laptop, tablet, or smart phone. �If you receive certificate error messages or security warnings when attempting to pre-enroll from a non-DoD computer, tablet, or smartphone, please visit https://www.dau.mil/faq/p/DoD-PKI-Certificates and follow the step-by-step instructions.� In the sponsor section, please enter the following information: Name:� Tyler Moon Email:� tyler.moon@navy.mil Phone: 808-474-4550 Comments: One day site visit for MILCON project P-877 � � � � 2.� After you complete your pre-enrollment, you will receive an alpha-numeric pre-enrollment confirmation code and a QR code, which you can print, save as a PDF, and/or write down the alpha-numeric code.� This pre-enrollment code must be submitted with your site visit request. � � � � 3. �Please be sure to bring the two forms of identification you used to pre-enroll along with the printed QR code or alpha-numeric pre-enrollment code to show at the passhouse at MCBH in order to complete your DBIDS enrollment and to receive your pass. � � � � 4.� If you have a DBIDS credential or a temporary DBIDS paper pass issued from another installation, you do not automatically have access to MCB Hawaii.� You must still submit the required information listed above to Tyler Moon at tyler.moon@navy.mil AND you must stop at the PMO Customer Service Center, B1095, MCB Hawaii, to verify your sponsorship and have your DBIDS credential programmed for MCB Hawaii access. All information shall be submitted to Tyler Moon at tyler.moon@navy.mil on or before 29 May 2020 at 2:00 p.m. H.S.T.� The tentative site visit meeting location can be found via Attachment (1). �Please meet at the parking along the shoulder of Mokapu Road on 18 June 2020 at 10:00 a.m. HST. Please limit the number of attendees to a total of two (2) individuals per firm.� Photographs will not be permitted. 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.� The RFP will be available on or about 20 May 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) web site. Offerors 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 offeror must request explicit access to view the documents. An email will be forwarded once the contracting office has approved or declined the request. Approved offerors may view and/or download the RFP documents. 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/054f2afc0bac43719b7c3392027af083/view)
- Place of Performance
- Address: MCBH Kaneohe Bay, HI 96863, USA
- Zip Code: 96863
- Country: USA
- Zip Code: 96863
- Record
- SN05714822-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 |