FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jan 15, 2025 04:08 pm HST
- Original Published Date: Oct 17, 2024 10:05 pm HST
- Updated Date Offers Due: Feb 04, 2025 02:00 pm HST
- Original Date Offers Due: Jan 28, 2025 02:00 pm HST
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Feb 19, 2025
- Original Inactive Date: Feb 12, 2025
- Initiative:
Classification
- Original Set Aside:
- Product Service Code: Y1BG - CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: GUUSA
Description
The work for this project includes, but is not limited to, the construction of a multi-story communications center facility to support Naval Computer and Telecommunications Station Guam operations. Special features include Sensitive Compartmented Information Facility construction work in accordance with ICD/ICS 705 and demolition and incidental related work. Secure facility construction shall be performed by U.S. companies using U.S. citizens.
The work will also include three (3) pre-priced options for the construction of two (2) single-story warehouse facilities, and OSP Fiber Line SONET Ring. In accordance with FAR 52.217-7 Option for Increased Quantity – Separately Priced Line Item, the Government may exercise the options by written notice to the Contractor within 365 days of contract award.
The magnitude of this project is estimated between $250,000,000 and $500,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $45 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 1,255 calendar days.
A sources sought notice (N62742SSCOMMS) for this procurement was posted on 22 August 2023 on the System for Award Management (SAM) website https://www.sam.gov/, 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.
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 – Experience, Factor 2 – Safety, Factor 3 – Small Business Utilization and Participation, Factor 4 – Past Performance, and Price. Contract award will be made to the offeror proposing the best value to the Government from a non-price and price standpoint. Furthermore, a relevant construction project is defined as a construction project that includes at least one of the following individual features:
(1) Precision Cooling System. New construction of a chiller type technology cooling system engineered specifically for data center/electronic/IT networking environments. Projects submitted which reference comfort cooling systems which are engineered primarily for the intermittent use required to maintain a comfortable environment for people in facilities will not be considered. Projects submitted to demonstrate Precision Cooling System will only be considered if the work was performed by the specific entity proposed for the Precision Cooling System under the resultant contract, as identified in Block 1 of Attachment A.
(2) Uninterruptable Power Supply System. New construction of an Uninterruptible Power Supply (UPS) system that is 225 kVA size or more. Projects submitted to demonstrate UPS System experience will only be considered if the work was performed by the specific entity proposed for the UPS System, as identified in Block 1 of Attachment A.
(3) Clean Agent Fire Suppression System. New construction or replacement of a clean agent fire extinguishing system and releasing system, including all mechanical, controls and electrical components necessary for a complete and operating clean agent fire suppression system. Projects submitted to demonstrate Clean Agent Fire Suppression System experience will only be considered if the work was performed by the specific entity proposed for the Clean Agent Fire Suppression System, as identified in Block 1 of Attachment A.
See Request for Proposal (RFP) document 00 21 16.
The RFP, including the specifications and drawings, can be accessed by approved individuals via the SAM website at https://sam.gov/. Approved individuals must register at the SAM website to obtain access to the RFP. Registration instructions can be found on the SAM website. Once registered in SAM, approved individuals must request explicit access to view the documents. An email will be forwarded once the contracting office has approved or declined the request. Approved individuals may view and/or download the RFP documents. Amendments will also be posted at https://sam.gov/. It is highly recommended that firms register on the SAM website as this will be the only plan holder’s list available. It is the offeror’s responsibility to check the SAM website periodically for any amendments to the solicitation.
Offerors are required to be registered in the SAM database at https://www.sam.gov at the time of proposal submission.
See document 00 21 16 for pre-proposal site visit information. This site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Forms submission to Ms. Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil on or before 31 October 2024, 2:00 p.m., Hawaii Standard Time (HST).
(1) Current DBIDS. If an interested attendee has current DBIDS credentials for the specific base where the project is located, submit the following:
COMPANY LETTER TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required.
REQUEST FOR CAMERA PASS FORM: Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. DBIDS number is required on the form. Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. An appointment with the Naval Base Guam (NBG) Visitor’s Control Center (VCC) is required to complete the processing of your camera pass.
(2) Current DBIDS not for the specific base where the project is located. Submit the following:
COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required.
DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible.
Email the VCC at M-GU-NBG-N3AT-VCC@FE.NAVY.MIL to have their DBIDS programmed with the specific base where the project is located. Prior to emailing the VCC, please submit the Company Letter and the DBIDS Base Access Request Form to the POC in subparagraph (c) above for approval. Once approved, the documents will be sent back to you for submission to the NGB VCC along with the request to have the DBIDS cards programmed with the specific base where the project is located.
REQUEST FOR CAMERA PASS FORM: Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. DBIDS number is required on the form. Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. An appointment with the Naval Base Guam (NBG) Visitor’s Control Center (VCC) is required to complete the processing of your camera pass.
(2) No DBIDS Credentials. Submit the following:
COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required.
SECNAV 5512/1 FORM: Each attendee shall read, complete, and sign/date form. Typewritten is preferred. Any handwritten forms MUST be legible. Do not submit the SECNAV 5512/1 form to the Government. The Contractor is responsible for either hand-carrying or emailing this document to the NGB VCC along with any other pertinent document listed in this subparagraph.
DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible.
NAVAL BASE GUAM FOREIGN NATIONAL BASE ACCESS REQUEST FORM (Applicable to foreign nationals only). Each attendee please read and complete.
FN BIOMETRIC DATA FORM (Applicable to foreign nationals only): Each attendee please read and complete.
REQUEST FOR CAMERA PASS FORM: Applicable only for those with DBIDS credentials who will be taking photos. One letter required per company. Once you have a routing number from the VCC for your DBIDS application, insert that number on the form. Once properly submitted to the POC in subparagraph (c) above and once approved, you will receive a routing number from the POC. An appointment with the Naval Base Guam (NBG) Visitor’s Control Center (VCC) is required to complete the processing of your camera pass.
Attachments/Links
Contact Information
Contracting Office Address
- 258 MAKALAPA DR STE 100
- JBPHH , HI 96860-3134
- USA
Primary Point of Contact
- Merbby Corpuz
- merbbyjoyce.n.corpuz.civ@us.navy.mil
- Phone Number 808-474-4550
Secondary Point of Contact
- Adele Murakami
- adele.m.murakami.civ@us.navy.mil
- Phone Number 8084711887
History
- Mar 07, 2025 06:55 pm HSTSolicitation (Updated)
- Feb 13, 2025 06:47 pm HSTSolicitation (Updated)
- Feb 12, 2025 02:46 pm HSTSolicitation (Updated)
- Feb 11, 2025 05:30 pm HSTSolicitation (Updated)
- Feb 07, 2025 04:03 pm HSTSolicitation (Updated)
- Feb 04, 2025 03:11 pm HSTSolicitation (Updated)
- Jan 30, 2025 02:35 pm HSTSolicitation (Updated)
- Jan 27, 2025 03:47 pm HSTSolicitation (Updated)
- Jan 24, 2025 12:10 pm HSTSolicitation (Updated)
- Jan 23, 2025 07:14 pm HSTSolicitation (Updated)
- Jan 23, 2025 06:53 pm HSTSolicitation (Updated)
- Jan 22, 2025 01:37 pm HSTSolicitation (Updated)
- Jan 21, 2025 04:07 pm HSTSolicitation (Updated)
- Jan 15, 2025 04:08 pm HSTSolicitation (Updated)
- Jan 15, 2025 03:28 pm HSTSolicitation (Updated)
- Jan 15, 2025 01:08 pm HSTSolicitation (Updated)
- Jan 07, 2025 03:36 pm HSTSolicitation (Updated)
- Jan 03, 2025 11:44 am HSTSolicitation (Updated)
- Dec 23, 2024 03:01 pm HSTSolicitation (Updated)
- Dec 16, 2024 03:15 pm HSTSolicitation (Updated)
- Dec 16, 2024 03:12 pm HSTSolicitation (Updated)
- Dec 16, 2024 02:09 pm HSTSolicitation (Updated)
- Dec 10, 2024 04:21 pm HSTSolicitation (Updated)
- Dec 09, 2024 03:56 pm HSTSolicitation (Updated)
- Dec 04, 2024 07:24 am HSTSolicitation (Updated)
- Nov 26, 2024 04:39 pm HSTSolicitation (Updated)
- Nov 25, 2024 02:43 pm HSTSolicitation (Updated)
- Nov 15, 2024 12:15 pm HSTSolicitation (Updated)
- Nov 06, 2024 03:04 pm HSTSolicitation (Updated)
- Nov 05, 2024 03:39 pm HSTSolicitation (Updated)
- Oct 24, 2024 06:00 pm HSTPresolicitation (Updated)
- Oct 23, 2024 12:01 pm HSTSolicitation (Updated)
- Oct 18, 2024 12:07 pm HSTSolicitation (Updated)
- Oct 18, 2024 11:43 am HSTSolicitation (Updated)
- Oct 18, 2024 11:38 am HSTSolicitation (Updated)
- Oct 18, 2024 10:34 am HSTSolicitation (Updated)
- Oct 18, 2024 09:36 am HSTSolicitation (Updated)
- Oct 18, 2024 08:59 am HSTSolicitation (Updated)
- Oct 18, 2024 08:32 am HSTSolicitation (Updated)
- Oct 17, 2024 10:05 pm HSTSolicitation (Original)