Search Contract Opportunities

FY22 MCAF P-1366/AJJY073105P2, APR – MUNITIONS STORAGE IGLOOS PHASE 2, ANDERSEN AIR FORCE BASE, GUAM   3

ID: N6274221R1337 • 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

The work for this project includes the construction (design-build) of eight (8) new earth covered munitions storage igloos/magazines (MSMs) at Andersen Air Force Base, Guam. The new MSMs will provide a total of 16,000 square feet of 7-bar rated munitions storage area utilizing conventional design and construction methods to accomplish the mission. Generally, the structural, lightning protection and mechanical work for the MSMs will be Design-Bid-Build; the MSM earth berm, MSM coatings, site improvements, roadways, aprons, and utilities and incidental related work will be Design-Build. Additionally, the work will include four (4) pre-priced options to construct; each option is one (1) new earth covered MSM. In accordance with FAR 52.217-7 Option for Increased Quantity Separately Priced Line Item, the Government may exercise the options by written notice to the Contractor within 365 days of contract award.

The magnitude of this project is estimated between $25,000,000 and $100,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236210 AND AVERAGE ANNUAL RECEIPTS OF $39.5 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 1128 calendar days.

This solicitation will utilize the tradeoff source selection process. All technical factors, when combined, are considered of equal importance to Past Performance. The Factors are: Factor 1 Technical Approach, Factor 2 Experience, Factor 3 Past Performance, Factor 4 Safety, Factor 5 Small Business Utilization, and Price. Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. For evaluation of experience and past performance, a relevant construction project is defined as:

New construction of cast-in-place and/or precast reinforced concrete structures/buildings where the structures/buildings, or portions of the structures/buildings, contain hardened concrete construction to mitigate blast effects to provide protection for personnel or valuable equipment, or new construction of concrete Earth Covered Magazines (ECM).

Each project submitted for evaluation must have been completed or substantially completed within the past fifteen (15) years from the date of issuance of this solicitation. The proposal shall clearly indicate the construction dollar value of the work associated with construction of the hardened concrete structure/building; the portion of the structure/building that contained hardened concrete construction; or the concrete ECM. The dollar value of each of these features shall be $5M or more. Alteration, renovation, or repair projects will not be considered relevant. Substantially completed is defined as at least 90% physical completion by the date of solicitation issue.

The Request for Proposal (RFP) will be available on or around 12 July 2021. Printed copies or CD's will not be issued. The RFP, including specifications and drawings, will be available upon explicit access approval at the System for Award Management (SAM) website https://www.sam.gov/. Contractors must be registered at the SAM website to obtain explicit access to the RFP. Registration instructions can be found on the SAM website. Once registered in SAM, the contractor must request explicit access to view the documents. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the RFP documents. Amendments will be posted to the SAM website. It is the responsibility of the offeror to check the SAM website periodically for any amendments to the solicitation.

A one-time pre-proposal site visit has been scheduled for 3 August 2021, 10:00 a.m. Chamorro Standard Time. The 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 pre-proposal site visit shall submit the following information:

(1) Contractor Memorandum (Fill-in information in red.)

(2) Base Access Affidavit 2020 (Completed for each visitor.)

(3) III Log (Complete in accordance with the attached How to Fill Out the III Log instructions located at the end of this Document.)

(4) Either a U.S. Passport or REAL ID Act Driver's License/ID

(5) Leisure Foreign Visitor Request Questionnaire 2020 (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 by electronic mail to Kylee Chun at kylee.chun@navy.mil on or before 16 July 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, Kylee Chun will email a tracking number to attendees for use when obtaining base passes at the Visitor Control Center (Northgate), Andersen Air Force Base.

Attendees are responsible for monitoring travel restrictions during the COVID-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.).

Background
The work for this project includes the construction (design-build) of eight (8) new earth covered munitions storage igloos/magazines (MSMs) at Andersen Air Force Base, Guam. The new MSMs will provide a total of 16,000 square feet of 7-bar rated munitions storage area utilizing conventional design and construction methods to accomplish the mission. The magnitude of this project is estimated between $25,000,000 and $100,000,000.
The contract completion period is anticipated to be 1128 calendar days.

Work Details
The work will include the construction of eight new earth covered munitions storage igloos/magazines (MSMs) at Andersen Air Force Base, Guam. The new MSMs will provide a total of 16,000 square feet of 7-bar rated munitions storage area utilizing conventional design and construction methods to accomplish the mission.
Generally, the structural, lightning protection and mechanical work for the MSMs will be Design-Bid-Build; the MSM earth berm, MSM coatings, site improvements, roadways, aprons, and utilities and incidental related work will be Design-Build. Additionally, the work will include four pre-priced options to construct; each option is one new earth covered MSM.

Period of Performance
The contract completion period is anticipated to be 1128 calendar days.

Place of Performance
Andersen Air Force Base, Guam

Overview

Response Deadline
Aug. 19, 2021, 8:00 p.m. EDT Past Due
Posted
June 25, 2021, 8:06 p.m. EDT
Set Aside
None
Place of Performance
Guam
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
79%
On 6/25/21 NAVFAC Pacific issued Presolicitation N6274221R1337 for FY22 MCAF P-1366/AJJY073105P2, APR – MUNITIONS STORAGE IGLOOS PHASE 2, ANDERSEN AIR FORCE BASE, GUAM due 8/19/21. The opportunity was issued full & open with NAICS 236210 and PSC Y1GA.
Primary Contact
Name
Kylee Chun   Profile
Phone
(808) 474-4550

Documents

Posted documents for Presolicitation N6274221R1337

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N6274221R1337

Award Notifications

Agency published notification of awards for Presolicitation N6274221R1337

Contract Awards

Prime contracts awarded through Presolicitation N6274221R1337

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6274221R1337

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6274221R1337

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
June 25, 2021
Last Updated By
kylee.chun@navy.mil
Archive Date
Sept. 30, 2022