The RFP Database
New business relationships start here

MULTIPLE AWARD CONSTRUCTION CONTRACT FOR PRIMARILY GOVERNMENT OF JAPAN FUNDED DEFENSE POLICY REVIEW INITIATIVE PROJECTS IN GUAM AND OTHER AREAS UNDER THE COGNIZANCE OF NAVFAC PACIFIC


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

Sources sought notice N62742AQ31903 for this procurement was posted on 20 November 2018 on NECO and FBO, and a market survey was conducted that 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.

Construction Services are required for a firm-fixed-price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) multiple award construction contract (MACC) for DBB and DB construction projects in Guam and other areas under the cognizance of NAVFAC Pacific. Projects will be primarily funded by the Government of Japan (GOJ). The GOJ will be involved as observers in the contracting process, and participating in the design and construction process, which is funded by the GoJ direct cash contributions (otherwise referred to as Mamizu funds).


NAVFAC Pacific is the Department of Defense's Executive Agent for Construction on Guam and is the designated design and construction agent. By furnishing any submittal or proposal, the offeror acknowledges that their submittal or proposal may be shared with GoJ officials who may be observing the evaluation process.


This single solicitation may result in the award of a minimum of three firm-fixed price MACC contracts. The scope of the MACC includes a wide variety of individual construction (DBB and DB) tasks for renovation, additions/upgrades and new construction. Work to be performed under the MACC will be within the primary North American Industry Classification System (NAICS) code 236220 - Commercial and Institutional Building Construction, average annual receipts is $36.5 million over the past three years. However, it will also include Subsection 237 - Heavy and Civil Engineering Construction.


This is a two-phase design-build, best value, trade off procurement. The Government intends to evaluate Phase 1 submissions and to move forward to Phase 2 without conducting discussions with any Offeror, except for clarifications as described in FAR 15.306(a). However, the Government reserves the right to conduct discussions with Phase 1 Offerors, if required. The maximum number of Phase 1 Offerors that will be requested to submit Phase 2 proposals is limited to the five (5) most highly qualified Offerors.


The Phase 1 non-price evaluation factors are anticipated to be FACTOR 1, Technical Approach; FACTOR 2, Experience; and FACTOR 3, Past Performance. The Phase 1 documents will be available on or about 11 September 2019 through the Federal Business Opportunities (FBO) website at the following link https://www.fbo.gov. Revisions to any posted documents will be posted to the FBO web site. It is the responsibility of the Offeror to check the FBO website periodically for any revisions to the posted documents. All prime firms are required to complete the System for Award Management (SAM) via the website at https://www.sam.gov. Correspondence will be via facsimile transmission, unless otherwise noted in the project documents, therefore, your submission must clearly indicate a working facsimile number for your firm. Printed copies or CDs of the RFP will not be issued.


The Phase 2 non-price evaluation factors are anticipated to be FACTOR 4, Safety; FACTOR 5, Small Business Utilization; FACTOR 6, Seed Project Management Plan.


The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months. The estimated maximum dollar value, including the base year and all options, for all contracts combined is $990,000,000. Task orders will typically range between $10,000,000 and $200,000,000. Task orders may be above this limit; however, contractors are not obligated to accept such task orders under the general terms of the contract. Task orders may require both design and construction services. The government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $25,000 is guaranteed for each awardee under the base period of the contract. There are no additional minimum guarantees obligated for each option year.


All work under the MACC will be initiated by task orders that are competed amongst only the MACC holders (firms awarded one of the potential contracts). Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 15% up to 100% level of effort), renovation, additions/upgrades and new construction. Projects may include, but are not limited to, work on administrative facilities, barracks/dormitories, dining facilities, ranges, educational facilities, training facilities, roads, streets, site utilities/infrastructure, and other base development facilities. Projects may also require incorporation of sustainable features. If determined to be in the best interest of the Government, less than three contracts may be awarded or the Government may cancel the procurement.


In support of the design-build task orders, MACC holders shall retain the services of professional architect-engineer (A-E) firms experienced with multi-disciplined architectural-engineering design efforts. A-E firms employed shall have active U.S. professional registration or equivalent qualifications. Note: During contract execution, U.S. registration will be required for all architects or engineers who approve designs.


Offerors are required to be registered in the System for Award Management (SAM) database at https://www.sam.gov at the time of proposal submission.


 


Ann H Saki-Eli, Phone (808) 474-5356, Email ann.sakieli@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP