The RFP Database
New business relationships start here

FY20 MILCON P-463, SOF Undersea Operational Training Facility, Pearl City Peninsula, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

FY20 MILCON P-463, SOF Undersea Operational Training Facility, Pearl City Peninsula, Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. This is a design-build project. The Undersea Operations Training Center (UOTC) will support a variety of functions including Operator and Undersea Vehicle training via the use of a Combat Training Tank, and applied instruction in topic-dedicated classrooms, laboratories, and computer laboratories. Also included in the UOTC are Diver support spaces, administrative spaces, maintenance and repair spaces, operator's gear storage lockers, and maintenance and support spaces.
a. Provide a new building of approximately 54,380 GSF which equates to approximately 41,685 GSF on the first floor, and approximately 12,695 GSF on the second floor.
b. Provide on the first floor: Submersible Operator Workspace and Electronic Technician (ET) Workspace; Hull Maintenance and Equipment (HM & E) Laboratory, Computer Laboratory, and Computer Laboratory Server Room; ET Laboratory, Storage, Computer Laboratory, and Computer Laboratory Server Room; Battery Laboratory Suite consisting of the Charging Room, Battery Laboratory, and Battery Storage Room; Mechanic / Maintenance Bay, Fabrication, and Fiberglass / ABS Repair Room; Diver Suite consisting of the Dive Locker and Diver Workstation Room, MK 16 Laboratory / O2 Safe Room, Dive Setup and O2 / OC Charging Room, Dive Storage Room, Dive Medical Exam Office, Compressor Room, and Dive Drying Cages; Operator Cages and Locker Rooms for Transient Operators, and Staff / Instructors, separated for male and female users, with associated toilets and showers; and the High Bay open area housing the Combat Training Tank and a bridge crane.
c. Provide on the second floor: separate Classrooms for Advanced Training Command (ATC) and TRADET3 use; separate offices for both ATC and Training Detachment THREE (TRADET3) use (with ancillary kitchenette spaces as required); VTC Conference Room, SIPR Cafe, Break Room, and Unisex Toilet Rooms.
d. Provide on each floor, as required, various ancillary and other required support areas including, but not limited to: mechanical, electrical, fire protection, telecommunication, stairs, entry lobbies, stairs wells, elevator and machine rooms, janitor closets, outdoor showers (ground floor only), and circulation areas.
e. Built-in equipment part of the basic scope includes but not limited to built-in operator cages, operator lockers, casework and cabinet work.
f. Supporting equipment for the Combat Training Tank including water and sewer connections, circulation pumps, pool filtration, water treatment, electrical power, lighting and other required items.
g. Supporting utilities include sewer, water, electrical, telecommunication, compressed air and oxygen lines, fire protection lines, a new small package lift station with a force main connecting to the existing peninsula sewer system. Site work includes excavation, backfilling, grading, paving, and exterior lighting. Stormwater collection and discharge shall conform to all storm water code requirements and Best Management Practices (BMPs).
h. The overall site is constrained by other existing buildings, infrastructure, and other improvements, some of which may not be able to be modified nor relocated.

This solicitation is being advertised on an unrestricted basis inviting full and open competition. The primary NAICS Code is 236220 and the corresponding size standard is $39.5M average annual receipts over the last 3 fiscal years. The estimated cost of this project is between $25 Million and $100 Million.


This is a source selection procurement requiring both technical and price proposals. The contract resulting from this solicitation will be awarded to that responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The non-cost factors are anticipated to be: (1) Experience, (2) Safety, and (3) Past Performance.


Large business concerns are required to submit a subcontracting plan prior to award of the contract.


It is anticipated that the solicitation will be issued on or around October 16, 2019. The solicitation will be available in electronic format only. The solicitation, excluding the specifications and drawings will be available through the Federal Business Opportunities (FBO) website at https://www.fbo.gov. The solicitation, including the specifications and drawings, can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6247819R1518 after the solicitation is issued. Contractor must register at the FBO website https://www.fbo.gov to obtain access to the project. Registration instructions can be found on the FBO website. Once registered in FBO, the contractor must request explicit access to the project. An email will be forwarded once the contracting office has approved or declined the request. Approved contractors may view and/or download the project.


No hard copies will be provided. It is the contractor's responsibility to check the websites daily for any amendments to this solicitation. Amendments, excluding the specifications and drawings, will be posted to the FBO website. If the amendment contain specifications and/or drawings, the amendment can be accessed at the following direct link https://www.fbo.gov/fedteds/TDPN6247819R1518. It is highly recommended that firms register on the FBO website as this will be the only plan holder's list available.

To be eligible for contract award, a firm must be registered with the System For Award management (SAM) database. For instructions on registering with SAM, please see the SAM website at https://www.sam.gov/SAM/.


The information being requested 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.


Jody Muraoka, Phone (808) 471-0318, Fax (808) 474-1543, Email jody.muraoka@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP