SOLICITATION NOTICE
Y -- P-716 Red Hill Water Treatment Facility, Joint Base Pearl Harbor-Hickam, Hawaii
- Notice Date
- 6/18/2025 11:51:38 AM
- Notice Type
- Presolicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- NAVFACSYSCOM HAWAII PEARL HARBOR HI 96860-3139 USA
- ZIP Code
- 96860-3139
- Solicitation Number
- N6247825R4060
- Response Due
- 6/26/2025 1:00:00 PM
- Archive Date
- 07/11/2025
- Point of Contact
- Jamie Inouye, Phone: 8084743783, JESSICA SHIMODA, Phone: 8084710318
- E-Mail Address
-
jamie.m.inouye.civ@us.navy.mil, jessica.a.shimoda.civ@us.navy.mil
(jamie.m.inouye.civ@us.navy.mil, jessica.a.shimoda.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a Design-Bid-Build project at a Department of Defense site located within Joint Base Pearl Harbor-Hickam Red Hill, Hawaii. This project proposes a new 10 million gallon per day water treatment facility comprised of water treatment granular activated carbon vessels, modifications to the Red Hill Pump Station, modification to the water shaft, structures in support of the water treatment facility, fencing, transmission piping, electrical distribution system, and fire protection facilities. The solicitation is open to only U.S. owned companies (prime contractor, subcontractors, and suppliers) employing U.S. citizens. The primary NAICS code is 237110 and the corresponding size standard is $45M average annual receipts over the last five years. The contract magnitude is anticipated to be between $250M and $500M. Interested PRIME CONTRACTORS are required to submit the attached Statement of Affiliation (SOA) and Non-Disclosure Agreement (NDA) prior to issuance of the Solicitation. Only Prime Contractors with an approved SOA are authorized to receive the project documents. Prime Contractors are responsible for reviewing and approving their team (subcontractors, suppliers, and manufacturers at all tiers) to ensure everyone is in compliance and if applicable, have an approved SOA and NDA. The SOA will be submitted through NAVFAC Hawaii for review and approval. A Foreign interest is defined as any of the following: a.A foreign government or foreign government agency; b.Any form of business enterprise or legal entity organized, chartered or incorporated under the laws of any country other than the United States or its possessions; c.Any individual who is not a U.S. citizen; or d. Any form of business enterprise organized or incorporated under the laws of the U.S., or a State or other jurisdiction within the U.S. that is owned, controlled, or influenced by one of the entities described in a, b, or c above. If the interested prime contractors should possess any of the above they may be required to submit a statement/letter of mitigation in order to explain their foreign interest for further review and approval. All SOAs are to be completely filled out and submitted for approval via email to Ms. Jessica Shimoda and Ms. Jamie Inouye at Jessica.a.shimoda.civ@us.navy.mil and jamie.m.inouye.civ@us.navy.mil no later than 10:00 A.M. Hawaii Standard Time on June 26, 2025. Interested prime contractors shall anticipate up to a two week Government review/process of SOAs. THE SOLICITATION WILL BE ISSUED ONLY TO THOSE PRIME CONTRACTORS WHOSE SOA AND NDAS ARE APPROVED. PRIME CONTRACTORS ARE RESPONSIBLE FOR MANAGING DISTRIBUTION OF DOCUMENTS AND ENSURING THEIR TEAM (SUBCONTRACTORS, SUPPLIERS, AND MANUFACTURERS AT ALL TIERS) COMPLY WITH THE SUBMITTED/APPROVED SOA AND NDA. IF ANY CHANGES OR UPDATES ARISE WITH THE SUBMITTED SOA AND NDA, DO NOT PROCEED WITH DISTRIBUTION OF DOCUMENTS. PRIME CONTRACTORS SHALL NOTIFY THE CONTRACTING OFFICER TO ASSESS ON A CASE BY CASE BASIS. The Government is also requesting interested PRIME CONTRACTORS to review and complete the Project Labor Agreement Request for Information no later than 10:00 A.M. Hawaii Standard Time on June 26, 2025. It is anticipated that the solicitation will be issued on or around June 27, 2025. The solicitation contains sensitive but unclassified information which is �Controlled Unclassified Information�. All individuals who will be receiving the project documents must comply with the requirements of DoDI 5200.48 dated March 6, 2020. In addition, contractors must also comply with basic contract clause DFARS 252.204-7000, Disclosure of Information. The basis of award is to award to the offerors whose proposals, conforming to the Request for Proposal (RFP), provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Experience, (2) Past Performance, (3) Safety, (4) Small business utilization and participation, and (5) Price. Price proposals will be FFP lump-sum. The combined non-cost/price factors will be approximately equal to price. The experience factor is anticipated to be i. Submit at least one relevant project that demonstrates construction of packaged granular activated carbon water treatment vessels, including process control and instrumentation system integration, testing and commissioning with a construction value of at least $5M. ii. Submit at least one relevant project that demonstrates earthwork construction involving rock excavation, boulder removal, scaling of surfaces having steep terrain, drilled shaft or well borehole installation, mechanically stabilized earth (MSE) wall greater than 10 ft high, retaining wall greater than 10 ft high, and settlement monitoring program with a construction value of at least $25M. iii. Submit at least one relevant project that demonstrates construction of vertical turbine water well pump systems with at least 1 million gallons per day (MGD) capacity with a construction value of at least $1M. The contract period of performance is anticipated to be 1,064 calendar days. Offerors are required to follow the RFP. The prime contractor must provide a SOA and NDA form to NAVFAC HI for all subcontractors and suppliers who receive any portion of the drawings and specifications. SOA approval must be obtained prior to subcontractors and suppliers receiving project documents. Only U.S. owned companies are eligible for contract award; foreign entities will not be considered. The solicitation will be available in electronic format only through the Procurement Integrated Enterprise Environment (PIEE). Prospective offerors MUST register on https://piee.eb.mil/ and request the �Proposal Manager� role to view and/or download the solicitation through the solicitation module. For technical support or questions, please contact PIEE at 866-618-5988 or open a help desk ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. No hard copies of the solicitation will be provided and it is the offeror�s responsibility to check the PIEE website for the solicitation and any amendments. No other notice of solicitation activity will be provided to interested offerors. Large business concerns are required to submit a subcontracting plan prior to award of the contract. This is a new procurement. It does not replace an existing contract. No prior contract information exists. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Please note that registration can take up to ten business days to become active. For instructions on registering with SAM, please see the SAM website at https://www.SAM.gov/. This pre-solicitation notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9d3f6e1a6d845d2994d696fe4eb38db/view)
- Place of Performance
- Address: JBPHH, HI 96860, USA
- Zip Code: 96860
- Country: USA
- Zip Code: 96860
- Record
- SN07482595-F 20250620/250618230334 (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 |