The RFP Database
New business relationships start here

SOURCES SOUGHT FOR GATE ENTRY CONTROL, NAVFAC PACIFIC, MARINE CORPS BASE HAWAII


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

This is a Sources Sought Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. The intent of this synopsis is to identify potential Section 8(a) small business concerns, Historically Underutilized Business Zone (HUBZone) small business concerns, woman-owned small business concerns (WOSB), service disabled veteran owned small business (SDVOSB) concerns and small business concerns (SBC). NAVFAC Pacific will use the responses to this Sources Sought notice to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holders list.
After review of the responses to this notice, a pre-solicitation announcement will be published on the Federal Business Opportunities (FedBizOps) website if the Government intends to proceed with this procurement.
Firms responding to this notice shall identify which small business program(s), as specified above, they represent.

The North American Industry Classification System (NAICS) Code is 236220, Average Annual Receipts for past three years--$36.5 MIL. The estimated cost is between $10,000,000 and $25,000,000.

The project is for construction of entry control point facilities and security improvements at the perimeter gate on Mokapu Road to meet Anti-Terrorism Force Protection Requirements.
In general, the project includes, but is not limited to the following: (a) Entry control point facilities will include a new gate/ control house with canopy, over watch tower generator/ toilet/ communications building, privately owned-vehicle (POV) inspections area with canopy, and over watch station. Structures will have concrete spread footings and wall footings, concrete slabs, concrete walls, and concrete roofs except for the POV canopy. The POV canopy will have concrete spread footings, steel frame, and fabric roof; (b) Project will provide Anti-Terrorism/ Force Protection (AT/FP) features and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standard for Buildings.
(c) Site Preparation includes site clearing and grubbing work and earthwork; (c) Site preparation includes site clearing and grubbing work and earthwork; (d) Paving and site improvements include asphalt-concrete roadways and parking area (approximately 15 stalls), concrete roadway crossing, concrete sidewalks and ramps, landscaping, 2.4-meter high chain-link fence and gates, relocation of a martial arts training area, and site demolition; (e) Anti-Terrorism/ Force Protection (Outside) improvements include mechanical vehicle barriers, a POVsearch pad, earth berms at the POV search area, vehicle barrier curbs, bollards, and movable barriers for the center separation wall; (f) Electrical utilities include primary electrical distribution, secondary distribution, transformer, area lighting, and exterior telecommunications infrastructure; (g) Mechanical utilities include potable water and fire protection water distribution systems, gravity sanitary sewer systems, and a sanitary sewer pump station and force main; and (h) Building #1188 (10.87 M2) houses, an existing restroom and equipment room at the perimeter gate will be demolished.
Building #866 (5.02 M2) houses gate control functions at the perimeter gate will be demolished after the new gate house at the perimeter gate is completed.

The Government will evaluate responses based upon small business program representation, experience, past performance, financial and bonding capacity. Use the attached forms: Sources Sought Questionnaire form (Attachment (1)) and Experience Questionnaire form (Attachment (2)). The Experience Questionnaire information shall support that you have completed a project of the magnitude indicated.

Provide financial statements (balance sheets) for the past three years to demonstrate that your firm has the financial capacity to perform a construction project of the magnitude indicated and evidence (e.g., letter from corporate surety) of ability to obtain the required bonding.

Firms having the capability to perform this work are invited to submit qualifications information, limited to 30 pages (8 B=b x 11b, duplex), by 2:00 p.m. HST on July 17, 2019. Documents may be submitted via electronic mail to rachel.m.wright@navy.mil or mailed to Ms. Rachel Wright, NAVFAC Pacific (ACQ33), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134.

Complete information must be submitted as the Government will not seek clarification of information provided. The Government will not contact the concern for clarification of information. This Sources Sought notice is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government.
The Government does not intend to award a contract on the basis of this Sources Sought notice or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this notice. All information will be held in a confidential manner and will only be used for the purposes intended. Information received after the specified date and time will not be considered.

Rachel Wright 808-471-1886

R. Wright

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP