Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

Y -- FY22 MILCON PROJECT AJJY163000 APSI - AIRFIELD DAMAGE REPAIR WAREHOUSE ANDERSEN AIR FORCE BASE, GUAM

Notice Date
9/20/2021 5:38:30 PM
 
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
N6274222R1308
 
Response Due
10/5/2021 5:00:00 PM
 
Archive Date
10/20/2021
 
Point of Contact
LESLIE TAKAYAMA, Phone: 8084713661
 
E-Mail Address
leslie.m.takayama-ho.civ@us.navy.mil
(leslie.m.takayama-ho.civ@us.navy.mil)
 
Description
Construction services are required for this design-bid-build project to construct an airfield damage repair storage facility, approximately 7,000 square meters, at Andersen Air Force Base. The facility will be concrete construction. The project will include supporting facilities such as utilities, pavements, and site improvements to provide a complete and usable facility. Facilities will be designed as permanent construction in accordance with the Department of Defense United Facilities Criteria 1-200-01 General Building Requirements, United Facilities Criteria 1-200-02 High Performance Sustainable Building Requirements, and Andersen Air Force Base Architectural Compatibility and Base Design Standards. Sustainable principles, to include life-cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facility Criteria 1-200-02. This includes preparation of a lifecycle cost analysis for energy consuming systems, renewable energy generating systems, whenever life-cycle cost effective is selected as the reason any requirement of Unified Facility Criteria 1-200-02 is partially compliant or not applicable. Work to be performed is in Guam. The estimated dollar value is between $25,000,000 and $100,000,000. The North American Industry Classification System (NAICS) Code is 236210 � Industrial Building Construction and average annual receipts of $39.5 million over the past three years. This procurement is being advertised on an UNRESTRICTED basis, inviting full and open competition.� This is a lowest-price technically acceptable source selection procurement requiring the submission of both non-price and price proposals. Proposals submitted in response to this solicitation shall be in the English language and in U.S. dollars.� Contract award will be made to the responsible offeror whose offer, conforming to the RFP, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. The non-price factors are as follows: (1) Experience, (2) Past Performance, and (3) Safety. The RFP will be available on or about October 6, 2021.� Printed copies of the RFP will not be issued. The RFP, excluding the specifications and drawings, will be available through the sam.gov website: https://sam.gov.� The RFP, including the specifications and drawings, can be accessed at the sam.gov website.� Contractors must register at the sam.gov website to obtain access to the RFP.� Registration instructions can be found on the sam.gov website.� Approved contractors may view and/or download the RFP documents. Amendments will normally be posted to the sam.gov website.� If the amendment contains drawings, the amendment, including the drawings, will be posted to the sam.gov website.� It is highly recommended that firms register on the sam.gov website as this will be the only plan holder�s list available.� It is the offerors responsibility to check sam.gov periodically for any amendments to the solicitation. Offerors are required to be registered in the System for Award Management (SAM) database at https://sam.gov. A sources sought notice (N62742ACQ33SS20) for this procurement was posted on (December 12, 2019) on beta.sam, 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. A one-time pre-proposal site visit is anticipated on November 4, 2021 at 9:00 a.m. Chamorro Standard Time.� The pre-proposal site visit is to provide Offerors with an opportunity to familiarize themselves with the job site 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 information and applicable forms: ������� (1) Contractor Memorandum ������� ��� ��� -� 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� ������� ������� -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 ������� (4) Either a U.S. Passport or REAL ID Act Driver�s License/ID ������ (5) Foreign National Access Request Form (as applicable) 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 completed forms and copy of IDs shall be submitted to Ms. Leslie Takayama at leslie.m.takayama-ho.civ@us.navy.mil on or before 13 October 2021, at 2:00 p.m., Hawaii Standard Time.� PLEASE LIMIT THE NUMBER OF ATTENDEES TO A TOTAL OF TWO PER FIRM. Once approved for base access, Leslie Takayama will email a tracking number to attendees for use when obtaining base passes at the Visitor Control Center (Northgate), Andersen Air Force Base. Location to meet at is to be determined. Attendees are responsible for monitoring travel restrictions during the COVD-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/762c9c06c3d74bc392886b5da8e04f12/view)
 
Place of Performance
Address: GUM
Country: GUM
 
Record
SN06138397-F 20210922/210920230116 (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  © 1994-2020, Loren Data Corp.