SOLICITATION NOTICE
Y -- FY21 MCAF P-3001/AJJY203001, APSI - STANDOFF WEAPONS COMPLEX, MSA2, ANDERSEN AIR FORCE BASE, GUAM
- Notice Date
- 8/24/2020 11:28:28 AM
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274220R1334
- Response Due
- 11/5/2020 4:00:00 PM
- Archive Date
- 11/20/2020
- Point of Contact
- Chelan N. Crane, Phone: 8084710794, Jamie Ikeda, Phone: 808-471-5612
- E-Mail Address
-
chelan.crane@navy.mil, jamie.ikeda@navy.mil
(chelan.crane@navy.mil, jamie.ikeda@navy.mil)
- Description
- The work for this project includes the construction (design-bid-build) of an adequately sized and configured missile maintenance and assembly complex for loading, unloading, transferring, storing, testing and preparing missiles for operational use. �Work includes alterations and construction of an addition to Building 51109 to support preload capability of rotary launchers; improve the weight bearing capacity of existing roadways to support the weight of loaded Munition Handling Unit (MHU)-196/MHU-204 munitions trailers from the missile maintenance facility to the airfield and storage earth covered magazines (ECMs); construct a powered munitions trailer maintenance facility to support specialized maintenance activities for MHU-196/MHU-204 munitions trailers; and build two new 7-bar ECMs, �Hayman� Igloos, to support storage of standoff weapons and pre-loaded Common Strategic Rotary Launchers. The magnitude of this project is estimated between $25,000,000 and $100,000,000.� THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236210 AND AVERAGE ANNUAL RECEIPTS IS $39.5 MILLION OVER THE PAST THREE YEARS.� THIS PROCUREMENT IS UNRESTRICTED.� The contract completion period is anticipated to be 730 calendar days. This is a source selection procurement requiring the submission of both technical and price proposals. �Large business concerns will be required to submit a subcontracting plan as part of the proposal. �Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, 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, (3) Safety, and (4) Construction Management Plan. �For evaluation of experience and past performance, a relevant construction project is defined as: (1) �New construction of cast-in-place and/or precast reinforced concrete Earth Covered Magazine (ECM) or structures/buildings, where the structures/buildings or portions of the structure/building, contain hardened concrete construction to mitigate blast effects to provide protection for personnel or valuable equipment.� Construction dollar value must be approximately $5M or more in construction dollar value.� The Offeror shall clearly indicate the dollar value associated with construction of the concrete ECM or hardened concrete construction of the structure/building to mitigate blast effects to provide protection for personnel or valuable equipment.� For the purpose of determining relevancy, the dollar value of work associated with the concrete ECM or hardened concrete construction of the structure/building to mitigate blast effects to provide protection for personnel or valuable equipment is the relevant measure, not the value of the entire project submitted. (2) �New construction of a cast-in-place and/or precast reinforced concrete structure/building containing a high bay shop space (28 ft. height minimum).� Construction dollar value must be approximately $10M or more in construction dollar value. (3) �New construction of concrete roads/pavement with minimum concrete pavement thickness of thirteen inches (13�).� Construction dollar value must be approximately $5M or more in construction dollar value.� The Offeror shall clearly indicate the dollar value associated with construction of the concrete road/pavement.� For the purpose of determining relevancy, the dollar value of work associated with the concrete road/pavement is the relevant measure, not the value of the entire project submitted. The Request for Proposal (RFP) will be available on or around 16 September 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. A one-time pre-proposal site visit has been scheduled for 8 October 2020, 10:00 a.m. Chamorro Standard Time.� 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.� All offerors (including those with DBIDS access credentials) interested in attending the site visit shall submit the following information and applicable forms: (1)� Base Access Request � Contractor Letter Memo Memo must follow format, complete all items listed in red color font Leave Tracking # field blank (2)� III Log Names must be listed in alphabetical order.� Please refer to the attached �How to Fill Out the III Log� for instructions Input name (Last, First, MI), date of birth (yr-mm-dd format) and SSN; leave all other columns blank � (3)� USAF Base Access Affidavit To be completed by each individual attending the site visit Type/print information clearly and legibly Must contain actual signature (no digital signatures will be accepted) Attach documentation/identification if indicated yes in Section D If� individual indicates they are born outside of the U.S. then he/she will need to submit proof of U.S. citizenship (4)� Foreign National Access Request Form (as applicable) To be completed by all foreign nationals attending the site visit and must be accompanied with a copy of a valid foreign passport, I-94 Form, and current VISA List all attendees in alphabetical order by last name Additionally, each attendee must furnish a copy of a valid ID with the completed forms (i.e. U.S. Passport, U.S. Permanent Resident Card, REAL ID compliant ID, or Naturalization paperwork with photo ID). A second form of ID is required when submitting a Guam driver�s license (Acceptable IDs include: U.S. Passport, Birth Certificate, Permanent Resident Card, Naturalization Certificate, and U.S. Passport Card) The information above shall be submitted to Ms. Chelan Crane at chelan.crane@navy.mil on or before 23 September 2020, 2:00 p.m., Hawaii Standard Time (HST).� PLEASE LIMIT THE NUMBER OF ATTENDEES TO A TOTAL OF TWO PER FIRM. Attendees are responsible for monitoring travel restrictions during the COVID-19 pandemic. �All parties 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/48909429b3df40479af733183e1065e2/view)
- Place of Performance
- Address: GUM
- Country: GUM
- Country: GUM
- Record
- SN05770953-F 20200826/200824230150 (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 |