Inactive
Notice ID:N62742-21-R-1330
The work for this project includes demolition and replacement of three (3) antiquated existing earth covered munitions storage igloos at the east end of Munitions Storage Area 2 (MSA-2) at Andersen Ai...
The work for this project includes demolition and replacement of three (3) antiquated existing earth covered munitions storage igloos at the east end of Munitions Storage Area 2 (MSA-2) at Andersen Air Force Base (AAFB), Guam. The three replacement munitions storage igloos will provide a total of 6,000 square feet of 7-bar rated munitions storage magazines/igloos utilizing conventional design and construction methods to accomplish the mission. This project includes both Design-Bid-Build and Design-Build work. Generally, the MSM work will be completed under Design-Bid-Build and the supporting facilities, site improvements and utilities work will be under Design-Build. Estimated range is from $5,000,000 to $10,000,000. The North American Industry Classification System (NAICS) Code is 236210 and Average Annual Receipts is $39.5 million over the past three years. A sources sought notice (N6274218IGLOO) for this procurement was posted on (12 April, 2018) on BETA System for Award Management (SAM), and a market survey was conducted to identify potential small businesses of 8(a), HUBZone, women-owned, and service disabled veteran owned concerns. The market survey 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 pre-proposal site visit is anticipated on 9 November, 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. Consequently, THE NUMBER OF ATTENDEES SHALL BE LIMITED TO TWO (2) PEOPLE PER CONTRACTOR. Offerors interested in attending the preproposal site visit shall be required to submit the attached (1) Memorandum for 36 SFS/S5/VISITOR CONTROL CENTER, (2) Base Access List 2020 (Alphabetically list attendees by Last Name), (3) USAF Base Access Affidavit – required for each attendee, (4) III Log – list attendees in alphabetical order by Last Name, and (5) Photocopy of valid passport – required for each attendee. All completed forms (attached to this Synopsis) shall be submitted to Adele Murakami at adele.murakami@navy.mil on or before 13 October 2021, 2:00 p.m. Hawaii Standard Time. Site Visit attendees will meet at Building 9000 for an escort. 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. The contract completion period is anticipated to be 592 calendar days. The RFP will be available on or about 6 October 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. Amendments will be posted to the SAM.gov website https://sam.gov/. It is the offerors responsibility to check the SAM website periodically for any amendments to the solicitation.