Search Contract Opportunities

FY24 PN 092515 Family Housing Replacement Construction, Kwajalein Atoll, Republic of the Marshall Islands   4

ID: W9128A24R0017 • 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

This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.204. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled, FY24 PN 092515 Family Housing Replacement Construction, U.S Army Kwajalein Atoll, Republic of the Marshall Islands as described within this announcement.

This design-bid-build procurement and negotiated procedures will result in a firm fixed price contract. The Government intends to issue a formal solicitation via Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) in accordance with FAR Part 15, which will follow this announcement.

The formal solicitation will be made available for viewing and downloading on or about March 19, 2024.

The Design-Bid-Build (DBB) Contractor shall construct a minimum of Construct 10 four-bedroom units (1,800 SF) and 10 three-bedroom (1,600 SF) units for Company Grade Officers and their families. Project includes required structural slab which comply with the provisions of UFC 4-711-01, Family Housing. Each replacement housing unit includes living areas, kitchen, bathrooms, bedrooms, storage, and laundry room. Heating, ventilation, and air conditioning will be provided. Project includes roofing, wall insulation, fire protection and alarm system, dishwasher, range/oven exhaust hood, telephone and internet wiring, individual air conditioning controls, hard-wired interconnected smoke detectors, storage, applicable military physical and informational security systems, and all equipment and Government furnished/contractor installed appliances for functional living units. Materials for construction shall be corrosion resistant, mold resistant, termite resistant, and meet air tightness per International Energy Conservation Code. Supporting facilities include required utility systems and connections, security lighting, paving, walks, curbs, gutters, fencing, gates, signage, dumpster pad, trash enclosures, and site improvements. Each dwelling unit will be individually metered to comply with ECB 2015-2 (Advanced Metering and Connectivity). Project will comply with Department of Defense Antiterrorism and Force Protection (AT/FP) requirements to include mass notification system, and other site measures.

This will be a Firm-Fixed-Price Contract.

In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor must have the capability to perform at least 20% of the contract work with his/her own employees.

The magnitude for this project is between $25M and $100M. The construction contract is subject to specific limitation and availability of funds.

  • Factor 1 Past Experience
  • Factor 2 Past Performance
  • Factor 3 Management Plan (Organization and Technical Approach)
  • Factor 4 Bonding Capability
  • Factor 5 - Price

Performance Period: Duration of construction is one thousand ninety-five (1,095) calendar days from Notice to Proceed.

The tentative dates are as follows:

  • Issue RFP: 19 March 2024, Korea Standard Time (KST)
  • Site Orientation: 16 April through 19 April 2024, Hawaii Standard Time (HST)
  • Closing date for receipt of proposals: 3 May 2024, KST

Note for Site Orientation: Because of clearance, entry, and security requirements for this Kwajalein project, interested offerors will be required to submit 55R Entry Authorization and Badge Request (55R Form attached) prior to attendance to the site orientation tentatively scheduled from 16 April through 19 April 2024. The 55-R form and its requirements will be included in the Solicitation.

Below is 55R requirements.

PRE-PROPOSAL SITE INVESTIGATION AND CONFERENCE

(a) A pre-proposal site investigation and conference will be conducted by the Government on 16-19 Apr 24. Maximum of one (1) representative from each contractor is urged to attend. Representatives who plan to attend will need to complete a 55r. The government on-island Sponsor will be provided in the solicitation.

(b) Attendance at the pre-proposal site investigation and conference, including transportation and lodging, will be at the expense of the contractor.

CLEARANCE, ENTRY AND SECURITY REQUIREMENTS (SEPT 2017)

(a) USAG-KA Vetting Requirements Memo dated 05 March 2015 requires vetting to meet the following requirements:

i. All persons will provide with their entry request a National Crime Information Center (NCIC) check, or equivalent for non-US Citizens.

ii. Non-US Citizens, who do not hold a permanent United States resident alien card, will provide an FBI fingerprint check prior to entry.

(b) Entry Requests for employees will be submitted via the most recent version of Entry Form 55r to the on-Island Sponsor, 14 days prior to entry.

(c) The contractor is responsible for all travel arrangements and expenses incurred by its employees and representatives as a result of the travel.

(d) Upon entry into USAG-KA, all individuals shall have on their person and present to authorities an approved Entry Authorization and official identification. All individua ls entering USAG-KA are subject to a security inspection upon arrival, to include screening of their luggage for contraband.

Background
The U.S. Army Corps of Engineers, Honolulu District intends to issue a solicitation for the 'FY24 PN 092515 Family Housing Replacement Construction, U.S Army Kwajalein Atoll, Republic of the Marshall Islands.' The contract will be a design-bid-build procurement and negotiated procedures resulting in a firm fixed price contract. The prime contractor must have the capability to perform at least 20% of the contract work with their own employees. The magnitude for this project is between $25M and $100M.

Work Details
The Design-Bid-Build (DBB) Contractor shall construct a minimum of 10 four-bedroom units (1,800 SF) and 10 three-bedroom (1,600 SF) units for Company Grade Officers and their families. The project includes required structural slabs, living areas, kitchen, bathrooms, bedrooms, storage, laundry room, heating, ventilation, air conditioning, roofing, wall insulation, fire protection and alarm system, dishwasher, range/oven exhaust hood, telephone and internet wiring, individual air conditioning controls, hard-wired interconnected smoke detectors, storage, applicable military physical and informational security systems. Materials for construction shall be corrosion resistant, mold resistant, termite resistant and meet air tightness per International Energy Conservation Code.

Supporting facilities include required utility systems and connections, security lighting, paving, walks, curbs, gutters, fencing, gates, signage, dumpster pad, trash enclosures and site improvements. Each dwelling unit will be individually metered to comply with ECB 2015-2 (Advanced Metering and Connectivity). Project will comply with Department of Defense Antiterrorism and Force Protection (AT/FP) requirements to include mass notification system and other site measures.

Period of Performance
Duration of construction is one thousand ninety-five (1,095) calendar days from Notice to Proceed.

Place of Performance
The construction projects will be performed at U.S Army Kwajalein Atoll in the Republic of the Marshall Islands.

Overview

Response Deadline
March 18, 2024, 9:00 p.m. EDT Past Due
Posted
March 3, 2024, 9:07 p.m. EST
Set Aside
None
Place of Performance
Kwajalein Marshall Islands
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
46%
On 3/3/24 USACE Far East District issued Presolicitation W9128A24R0017 for FY24 PN 092515 Family Housing Replacement Construction, Kwajalein Atoll, Republic of the Marshall Islands due 3/18/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1FC.
Primary Contact
Name
Michael M. Miyagi   Profile
Phone
05033556095

Secondary Contact

Name
SU YONG SIN   Profile
Phone
05033556142

Documents

Posted documents for Presolicitation W9128A24R0017

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128A24R0017

Award Notifications

Agency published notification of awards for Presolicitation W9128A24R0017

Contract Awards

Prime contracts awarded through Presolicitation W9128A24R0017

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9128A24R0017

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128A24R0017

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128A24R0017

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > US ARMY ENGINEER DISTRICT FAREAST
FPDS Organization Code
2100-W912UM
Source Organization Code
100234140
Last Updated
April 2, 2024
Last Updated By
steven.griffiths@usace.army.mil
Archive Date
April 3, 2024