Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOLICITATION NOTICE

Y -- DESIGN BUILD JFY09 MAMIZU J-001 UTILITIES AND SITE IMPROVEMENTS, PHASE 1 (FINEGAYAN, AAFB AND APRA HARBOR) MARIANAS, MAIN BASE & FINEGAYAN BASE, GUAM

Notice Date
1/19/2010
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274210R0400
 
Response Due
4/6/2010
 
Archive Date
9/30/2010
 
Point of Contact
Wanda Okemura 808-474-6321 Wanda Okemura 808-474-6321
 
E-Mail Address
W. Okemura
(wanda.okemura@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This design-build project provides underground utilities and site improvements necessary to support of future building construction projects required to support the relocation of U.S. Marines from Okinawa to Guam. This project is located in three (3) DoD installations in Guam, which are NCTS Finegayan, Andersen Air Force Base and Apra Harbor, Naval Station. a. On-Base Infrastructure Project in Finegayan (Phase 1): Phase 1 of the utilities and site improvements at NCTS Finegayan prepares a designated area for future construction of USMC Bachelor Enlisted Quarters (BEQ) area for future construction. The project will include site preparation; construction of primary roads; and installation of street lighting, electrical distribution, water main, sewer main, and communication system lines. The project will also include construction of two (2) entry control facilities providing commercial and main access to the base. b. On-Base Infrastructure Project in Andersen Air Force Base (AAFB) North Ramp: Project includes construction of a new gate, entry control facility and a road that will provide access to the proposed USMC aviation facilities at the Andersen Air Force Base North Ramp area. The project also includes intersection improvements at the location of the new entry control facility along Route 9, including installation of new traffic signals. USMC personnel will use this new gate, entry control facility and road as their primary access to their new aviation facilities complex at the Andersen Air Force Base North Ramp area. This road will also provide access for contractors who will do future construction work required at the USMC aviation support facilities at Andersen Air Force Base. Project will also include a one-story Pass & ID office and Vehicle Queuing Control Facility. c. On-Base Infrastructure Project in Apra Harbor: The project will provide shore side utilities improvements to Sierra, Tango, Uniform and Victor Wharves, including: steam, compressed air, potable water, power, communications, wastewater, fire alarm, and fire hydrants at Apra Harbor to support the Marine Corps embarkation capability on Guam. The project also includes a welcome center facility. The work includes a four (4) pre-priced OPTION items for work at NCTS Finegayan, which are: Additional grading of proposed Area BEQ3 within the area being developed for the BEQ (Option 0001); Construction of a proposed Commercial Gate including Street D and a portion of Street B (Option 0002); Construction of the proposed Main Gate including Street A-1 (Option 0003); and Construction of a portion of proposed Street B between the Commercial Gate and the areas being developed for BEQs (Option 0004). Offerors are advised that the Environmental Impact Statement (EIS) for the relocation of US Marines from Okinawa to Guam has not been completed as of the publication of this synopsis/issuance of the RFP. The Record of Decision is expected to be issued in August 2010. The synopsis and/or RFP indicate sites for the location of the construction work. Be advised that locations are subject to change, depending on which of the alternatives studied in the EIS are selected and made part of the Record of Decision. Additionally, pending the Record of Decision, environmental mitigation measures indicated in the RFP are subject to change. Any change in location and/or additional required environmental mitigation measure will be incorporated into the solicitation by amendment or the solicitation may be cancelled. If the solicitation is cancelled in order to comply with environmental statutes, regulations or requirements, all proposal preparation cost will be borne by the offeror. The Government will not reimburse offerors for their cost associated in preparing their proposals. A pre-proposal conference is scheduled for 25 February 2010 at 08:00 a.m., G.S.T. at Top Of the MAR, Guam. A site visit will be held immediately after the conference. ATTENDEES MUST PRE-REGISTER BY EMAIL TO Ms. Wanda Okemura at wanda.okemura@navy.mil by 16 February 2010. PLEASE INDICATE IF ATTENDING BOTH CONFERENCE AND SITE VISIT. A maximum of three (3) representatives will be allowed per firm. Please submit a completed REQUEST FOR BASE ACCESS form which is posted at the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil for those anticipated to attend by 16 February 2010 to Ms. Wanda Okemura. Failure to submit the required information will cause delays in obtaining access onto the base on the day of the conference/site visit. Estimated range from $200,000,000 to $300,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 237130 AND AVERAGE ANNUAL RECEIPTS IS $33.5 MILLION OVER THE PAST THREE YEARS. This procurement is UNRESTRICTED. This procurement will utilize best value source selection using tradeoff procedures, requiring the submission of both technical and price proposals. When combined, the technical evaluation factors will be considered approximately equal to price. The technical evaluation factors are anticipated to be as follows: FACTOR 1, Past Performance; FACTOR 2, Workforce Housing and Logistics and Material Management Plan; FACTOR 3, Technical Approach; FACTOR 4, Utilization of Small Business Concerns. The Request for Proposal (RFP) will be available on or about 3 February 2010. The RFP, excluding the plans and specifications, will be available through the Navy Electronic Commerce Online (NECO) website https://www.neco.navy.mil. The RFP, including the plans and specifications, will be available through the Federal Business Opportunities (FBO) (http://www.fbo.gov). Printed copies of the RFP will not be issued. Contractors must register with FBO to obtain access to the solicitation. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request access to the solicitation. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the solicitation and all amendments from FBO. Amendments will normally be posted to the web site https://www.neco.navy.mil. If the amendment contains drawings, the amendment, excluding the drawings, will be posted to https://www.neco.navy.mil. If the amendment contains drawings, the drawings will be posted to http://www.fbo.gov. It is highly recommended that firms register on the NECO and FBO website as a planholder as this will be the only planholder's list available. It is the offeror's responsibility to check the NECO and FBO website periodically for any amendments to the solicitation. Offerors are required to register in the Central Contractor Registration (CCR) database at http://www.ccr.gov. Offerors must have an active registration in CCR prior to completing their Representations and Certifications in the Online Representations and Certifications Application (ORCA). ORCA is an on-line system that is located on the Internet by going to http://www.bpn.gov. You are encouraged to register as soon as possible. Offerors are advised that by submission of their Standard Form (SF) 1442, Solicitation, Offer and Award, they are consenting to the information in their SF 1442 being made available for review by officials of the Government of Japan, who may be observing the source selection process.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274210R0400/listing.html)
 
Record
SN02044090-W 20100121/100119234357-0cbb9f6d01eb42e8503498256ea5e209 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.