Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
SOLICITATION NOTICE

Y -- FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM

Notice Date
1/14/2025 5:09:47 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N6274225R1303
 
Response Due
1/29/2025 4:00:00 PM
 
Archive Date
02/13/2025
 
Point of Contact
Merbby Corpuz, Phone: 8084744550
 
E-Mail Address
merbbyjoyce.n.corpuz.civ@us.navy.mil
(merbbyjoyce.n.corpuz.civ@us.navy.mil)
 
Description
The work for this project includes, but is not limited to, P-614 Joint Consolidated Communications Center facility at Andersen Air Force Base, Guam. This project consolidates the Andersen Air Force Base Communications, Command and Control, Computer, Intelligence/Information Technology (C4I/IT) functions into a resilient and diverse open architecture solution by construction of a new, two-story, reinforced concrete communications center and administrative support space for the 36th Communications Squadron (36CS). Work to include electrical, mechanical, water, communication, fire suppression/detection, air conditioning system with humidity environmental controls, utilities, pavements, security, parking, associated site improvements, and all necessary supporting facilities for a complete and usable facility. Special features include Sensitive Compartmented Information Facility construction work in accordance with ICD/ICS 705 and incidental related work. Secure facility construction shall be performed by U.S. companies using U.S. citizens. The magnitude of this project is estimated between $100,000,000 and $250,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $45 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 1,286 calendar days. A sources sought notice (N62742-25-S-1303) for this procurement was posted on 22 August 2024 on the System for Award Management (SAM) website https://www.sam.gov/, 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 an LPTA source selection procurement. The Government intends to evaluate proposals and award a contract without discussions with Offerors (except clarifications as described in FAR 15.306 (a)). Therefore, the initial proposal shall conform to the solicitation requirements and should contain the best offer from a technical and price standpoint based on the following factors: Factor 1 � Experience, Factor 2 � Past performance, and Factor 3 � Safety. Proposals submitted in response to this solicitation shall be in the English language and in U.S. dollars. Only the three (3) lowest-priced proposals will be evaluated for fair and reasonable pricing and technical acceptability. If none of the three (3) lowest-priced proposals are found to be technically acceptable, then the next three (3) lowest-priced proposals will be evaluated for technical acceptability. If none of the six (6) lowest priced proposals are found to be technically acceptable, then all remaining proposals will be evaluated for technical acceptability. The Government intends to select the lowest reasonably priced technically acceptable offer and award a contract (within the funds available) without conducting discussions. A relevant construction project is defined as a construction project that includes at least one of the following individual features: Precision Cooling System. New construction of a chiller type technology cooling system engineered specifically for data center/electronic/IT networking environments. Projects submitted which reference comfort cooling systems which are engineered primarily for the intermittent use required to maintain a comfortable environment for people in facilities will not be considered. Projects submitted to demonstrate Precision Cooling System will only be considered if the work was performed by the specific entity proposed for the Precision Cooling System under the resultant contract, as identified in Block 1 of Attachment A. Uninterruptable Power Supply System. New construction of an Uninterruptible Power Supply (UPS) system that is 225 kVA size or more. Projects submitted to demonstrate UPS System experience will only be considered if the work was performed by the specific entity proposed for the UPS System, as identified in Block 1 of Attachment A. Clean Agent Fire Suppression System. New construction or replacement of a clean agent fire extinguishing system and releasing system, including all mechanical, controls and electrical components necessary for a complete and operating clean agent fire suppression system. Projects submitted to demonstrate Clean Agent Fire Suppression System experience will only be considered if the work was performed by the specific entity proposed for the Clean Agent Fire Suppression System, as identified in Block 1 of Attachment A. 1. Projects submitted to demonstrate relevant construction individual features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System, will only be considered if the work was performed by the specific entity proposed to perform that type of work in this contract. 2. If the Offeror self-performed the relevant construction individual features (1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System, then the Offeror must confirm that it will self-perform the same relevant individual feature(s) in order to be considered. If offeror does not intend to self-perform, see note 9 about teaming arrangements. 3. Projects submitted shall collectively demonstrate experience in all three (3) individual features: (1) Precision Cooling System, (2) Uninterruptable Power Supply System, and (3) Clean Agent Fire Suppression System. Failure to demonstrate experience in all three (3) individual features shall be considered a deficiency and an Unacceptable rating will be assigned for this factor. All individual features, or multiple individual features, do not have to be within any single project scope. 4. Relevant projects shall have been completed or substantially completed within the last ten (10) years of the date of issuance of the RFP. �Substantially complete� is defined as at least 90% physically completed construction. 5. Building alteration, repair, renovation, conversion, and addition work will not be considered as relevant projects. 6. A relevant construction project is further defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather offerors shall submit the work performed under a task order as a distinct project. For example, multiple task orders under a multiple award and indefinite delivery/indefinite quantity type contracts that demonstrate experience in one or more of the desired individual features describe above shall be submitted as a distinct project, rather than submitting all task orders under a multiple award and indefinite delivery/indefinite quantity type contracts as a single project. The Request for Proposal (RFP) will be available on or around 30 January 2025. There are two volumes of specifications and drawings issued for this RFP. Volume 1 for the construction of the entire facility, and Volume 2 is for the construction of a secure space within the facility. Consequently, the Volume 2 specifications and drawings are marked �CONTROLLED UNCLASSIFIED INFORMATION� and will only be released to the U.S. Citizens of U.S. firms. Volume 2 will only be released as an amendment to U.S. Citizens of a U.S. Firm attachment (1). All contractor personnel handling and accessing the Volume 2 documents must be vetted as a U.S. Citizen prior to receiving any Volume 2 documents. To determine eligibility for receipt of Volume 2 RFP documents, each interested firm shall complete and submit a U.S. Firm Certification, attachment (1). All sources, whether prime Offerors or subcontractors at all tiers, must certify that it is a U.S. Firm. Once a favorable U.S. Firm determination has been made, all individuals of the approved U.S. Firm requiring access to the RFP documents shall complete and submit: (1) Certification of U.S. Citizen (attachment 2) (2) Proof U.S. Citizenship (3) Signed Non-Disclosure Agreement (attachment 3) A list of acceptable documents for proof of U.S. citizenship is provided in attachment (2). The completed forms shall be submitted to Ms. Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil and Ms. Janie Garza at juanita.i.garza2.civ@us.navy.mil. Offerors are encouraged to submit the required documents as soon as possible. The RFP, including the specifications and drawings, can be accessed by approved individuals via the SAM website at https://sam.gov/. Approved individuals must register at the SAM website to obtain access to the RFP. Registration instructions can be found on the SAM website. Once registered in SAM, approved individuals must request explicit access to view the documents. An email will be forwarded once the contracting office has approved or declined the request. Approved individuals may view and/or download the Volume 2 RFP documents. The NAVFAC drawings and specifications are marked ""CONTROLLED UNCLASSIFIED INFORMATION""; therefore, the NAVFAC drawings and specifications are considered ""Covered Defense Information.� Amendments will also be posted at https://sam.gov/. It is highly recommended that firms register on the SAM website as this will be the only plan holder�s list available. It is the offeror�s responsibility to check the SAM 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. Note: The prime contractor shall designate a primary Point-of-Contact who will be responsible for managing and submitting the required forms and proof of U.S. Citizenship for its employees and subcontractor/supplier firms and its employees to a liaison with the Government. Forms shall be submitted in alphabetical order first by Firm Name and then alphabetically by Last Name of individuals of the firm. Also, a List of Personnel for each shall be submitted. A one-time pre-proposal site visit is scheduled for 27 February 2025, 9:00 a.m., Chamorro Standard Time (ChST). This pre-proposal 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 forms: Base Access Request � Contractor Memo (Fill-in information in red). III Log (Complete in accordance with the attached �How to Fill Out the III Log� instructions located at the end of this Document.) Base Access Affidavit 2020 (completed for each visitor that does NOT have DBIDS pass) Foreign National Access Request Form Contractor Policy Update Memo Either a U.S. Passport or REAL ID Act Driver�s License/ID The completed forms shall be submitted to Ms. Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil and Ms. Janie Garza at juanita.i.garza2.civ@us.navy.mil on or before 06 February 2025, 2:00 p.m., Hawaii Standard Time (HST). Once approved for base access, a tracking number will be emailed to the attendees for use when obtaining base passes at the Visitor Control Center (Northgate), Andersen Air Force Base. PLEASE BE INFORMED: The Visitor Control Center (Northgate) requires sufficient processing time for each visitor. Consequently, if an attendee submits the application forms after the specified due date and time, the attendee may not be able to attend the site visit. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information request may result in the Government's denial of access to the jobsite. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or you have consented to such release. Upon receipt of the above information, our office will submit a letter to the Pass and ID office authorizing your entrance. On the day of the visit, attendees shall meet promptly at the Pacific Regional Training Center (PRTC) Gate and bring necessary Base Access Pass, the �III Log� and �new Contractor Letter Memorandum� to the site visit. For those that do NOT have DBIDS, pick up an approved day pass from the Visitor�s Center (Northgate). Attendees shall meet at the Visitor Control Center overflow parking lot.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/22863b2060dd4d3d8ceaee5013b617e3/view)
 
Place of Performance
Address: GU, USA
Country: USA
 
Record
SN07312159-F 20250116/250114230108 (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.