Search Contract Opportunities

FY19 P-9030/PAF19030 APSI-CARGO PAD W/TAXIWAY EXT, FY19 P-9040/PAF189040 APSI-MAINT SUPPORT FACILITY, FY20 P-9010/PAF189010 APSI-FUEL TANKS W/RECEIPT PIPELINE & HYDRANT SYSTEM & FY20 P-9021/PAF189021 APSI- AIRFIELD DEV-ROADS TINIAN INTL AIRPORT CNMI   3

ID: N62742-22-R-1306 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 30, 2021, 12:33 p.m. EST

This project is for construction of:

P-9030 Cargo Pad with Taxiway Extension, Tinian International Airport, Tinian, CNMI is for the construction of a Cargo Pad using Portland Cement Concrete (PCC) including taxiway connections to the airfield runway and other taxiways, NAVAIDS (e.g., lighting and markings), water/electrical utilities, cargo staging area with biosecurity control, and all necessary supporting facilities for a complete and usable facility. The facility must comply Seismic Zone 3 design criteria. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.

P-9010 Fuel Tanks with Receipt Pipeline & Hydrant System, Tinian International Airport, Tinian, CNMI is for the construction of a jet fuel system including harbor fuel receipt, pipeline, fuel storage, and high flow rate fuel delivery to parking apron hydrants as well as to truck stands. Fuel storage tanks include one 100K barrel (BBL) aboveground storage tank (AST) and two 60K BBL ASTs. The system will include carbon steel pipelines, additization station, seaport pump station, operational pump station at airport, truck fill stands, fire protection, spill control facility, emergency generators, and parking for fuel related vehicles.

P-9021 Airfield Development Phase I Roads, Tinian International Airport, Tinian, CNMI is for the repair/improvement of the haul route from the seaport to the airfield.

P-9040 Maintenance Support Facility, Tinian International Airport, Tinian, CNMI is a pre-priced option for the construction of a maintenance support facility with a slab on grade foundation, cast in place, tilt up or pre-cast concrete walls with typhoon shutters and a cast in place or pre-cast concrete roof. The facility must be able to withstand 190 mile per hour winds for structural elements and Seismic Zone 3 design criteria. The project includes site improvements, pavements, utilities, environmental remediation, archeological monitoring, and explosive safety monitoring as well as all other supporting work necessary for a complete and usable facility. In accordance with FAR 52.217-7 Option for Increased Quantity- Separately Price Line Item, the Government may exercise the option by written notice to the Contractor within 365 calendar days of contract award.

Three (3) pre-priced planned modifications will also be included, for Munitions and Explosives of Concern (MEC) / Material Potentially Presenting an Explosive Hazard (MPPEH) for projects P-9030, P-9010 and P-9021.

A one-time site visit has been scheduled for 12 January 2022 at 9:00 a.m. CHST. The site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered.

Those interested in attending the site visit shall submit the attached APACS Form. Please fill out Blocks 1, (if more than one person is traveling from your company you may add all travelers on one form), Block 2, Block 5, Block 6, Block 7 and Block 9. Please be sure to include a phone number that will work on Tinian. Submit form to Ms. Leslie Takayama at leslie.m.takayama.civ@us.navy.mil on or before 13 December 2021 2:00 p.m. HST. Getting to the site visit location is the sole responsibility of the offerors. Photography and videography during the site visit is prohibited.

Please note that a mandatory 5-day COVID quarantine at a GOV QFac hotel with day 1 and day 5 PCR testing is required, regardless of vaccination status.

The NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE is 237120 AND average annual receipts is $39.5 MILLION over the past three years. Estimated range is between $100 million to $250 million U.S. Dollars. The contract completion period is anticipated to be 1,250 calendar days.

This is a source selection procurement requiring the submission of both technical and price proposals. All technical factors, when combined, are of equal importance to the performance confidence assessment (past performance) rating; and all technical factors and the performance confidence assessment rating, when combined are approximately equal to price. The technical factors are as follows: (1) Experience and Qualifications (2) Past Performance, (3) Safety, and (4) Management Plan. For purposes of this evaluation, a relevant project is anticipated to be further defined as and includes at least one of the following individual items:

(1) Aviation Fuel System. New construction of an aviation fuel system consisting of piping and appurtenances that transports aviation fuel from storage tanks to receiving and dispensing facility and approximately $15 million or more in new construction value, completed or substantially completed within the past ten years. For projects where the aviation fuel system is a portion of the overall project, the Offeror must clearly identify that the value of the aviation fuel system is approximately $15 million or more. Projects submitted to demonstrate Aviation Fuel System will only be considered if the work was performed by the specific entity proposed for the Aviation Fuel System, as identified in Block 1 of Attachment (A). Comply with Note 7 if the entity identified in Block 1 of Attachment (A) is not the Offeror.

(2) Airfield Portland Cement Concrete (PCC) Pavement. New airfield (aircraft taxiway or apron) PCC pavement of at least 10,000 square meters with a minimum concrete thickness of 300 mm, completed or substantially completed within the past ten years. Flexible pavement construction will not be considered when evaluating experience in Airfield PCC Pavements. Only pavement of aircraft taxiways and aprons will be considered. Projects submitted to demonstrate Airfield PCC Pavements will only be considered if the work was performed by the specific entity proposed for Airfield PCC Pavements, as identified in Block 1 of Attachment (A). Comply with Note 7 if the entity identified in Block 1 of Attachment (A) is not the Offeror.

Qualifications, Solicitation Submittal Requirements:

(1) TANK ERECTOR: Demonstrate the proposed Tank Erector's qualifications meets specification Section 33 56 21.17 Single Wall Aboveground Fixed Roof Steel POL Storage Tank, paragraph 1.6. Submit completed Tank Erector Qualification Sheet (Attachment (B)). Comply with Note 7 if the entity proposed as the Tank Erector is not the Offeror.

(2) AVIATION FUEL MECHANICAL EQUIPMENT SUPPLIER: Demonstrate the proposed Aviation Fuel System Supplier's qualifications meets specification Section 33 52 43.11 Aviation Fuel Mechanical Equipment, paragraph 1.4. Submit completed Fuel System Supplier Qualifications Sheet (Attachment (C)). Comply with Note 7 if the entity proposed as the Aviation Fuel Mechanical Equipment Supplier is not the Offeror. All projects submitted to demonstrate experience must have been completed or substantially completed (90% complete) within the past ten (10) years from the date of issuance of this RFP.

The RFP will be available on or about 7 December 2021. Printed copies of the RFP will not be issued. The RFP, including the specifications and drawings, can be accessed at the System for Award Management (SAM) website https://sam.gov/. Contractors must register at the SAM website to obtain access to the RFP. Registration instructions can be found on the SAM website.

Amendments will be posted to the SAM 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 the SAM.gov website periodically for any amendments to the solicitation.

Posted: Nov. 22, 2021, 5:33 p.m. EST
Background
The project is for the construction of various facilities at Tinian International Airport in the CNMI. The facilities include a Cargo Pad with Taxiway Extension, Fuel Tanks with Receipt Pipeline & Hydrant System, Airfield Development Phase I Roads, and a Maintenance Support Facility. The project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01.

Work Details
The construction projects include the following:
1) Cargo Pad using Portland Cement Concrete (PCC) including taxiway connections to the airfield runway and other taxiways, NAVAIDS, water/electrical utilities, cargo staging area with biosecurity control, and all necessary supporting facilities;
2) Jet fuel system including harbor fuel receipt, pipeline, fuel storage, high flow rate fuel delivery to parking apron hydrants and truck stands;
3) Repair/improvement of the haul route from the seaport to the airfield;
4) Maintenance support facility with a slab on grade foundation, concrete walls and roof capable of withstanding high winds and seismic activity. Additionally, three pre-priced planned modifications will be included for Munitions and Explosives of Concern (MEC) / Material Potentially Presenting an Explosive Hazard (MPPEH) for projects P-9030, P-9010 and P-9021.

Period of Performance
The contract completion period is anticipated to be 1,250 calendar days.

Place of Performance
The construction projects will be performed at Tinian International Airport in the CNMI.

Overview

Response Deadline
April 11, 2022, 8:00 p.m. EDT Past Due
Posted
Nov. 22, 2021, 5:33 p.m. EST (updated: Nov. 30, 2021, 12:33 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
On 11/22/21 NAVFAC Pacific issued Presolicitation N62742-22-R-1306 for FY19 P-9030/PAF19030 APSI-CARGO PAD W/TAXIWAY EXT, FY19 P-9040/PAF189040 APSI-MAINT SUPPORT FACILITY, FY20 P-9010/PAF189010 APSI-FUEL TANKS W/RECEIPT PIPELINE & HYDRANT SYSTEM & FY20 P-9021/PAF189021 APSI- AIRFIELD DEV-ROADS TINIAN INTL AIRPORT CNMI due 4/11/22. The opportunity was issued full & open with NAICS 237120 and PSC Y1NA.
Primary Contact
Name
Leslie Takayama   Profile
Phone
None

Documents

Posted documents for Presolicitation N62742-22-R-1306

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation N62742-22-R-1306

Award Notifications

Agency published notification of awards for Presolicitation N62742-22-R-1306

Contract Awards

Prime contracts awarded through Presolicitation N62742-22-R-1306

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N62742-22-R-1306

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N62742-22-R-1306

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVAL FAC ENGINEEERING CMD PACIFIC
FPDS Organization Code
1700-N62742
Source Organization Code
100076508
Last Updated
April 26, 2022
Last Updated By
leslie.takayama-ho@navy.mil
Archive Date
April 26, 2022