United States - Fy21 mcon p804 Central issue facility & p312 distribution warehouse @ joint region marianas, Guam

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 August 2019
Opportunity publication date
13 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 12, 2019 1:57 pm

SOURCES SOUGHT FOR GUAM DISTRIBUTION WAREHOUSE. This is a Sources Sought announcement only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.  No telephone calls will be accepted requesting a bid package or solicitation because there is no bid package or solicitation available. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.
 
Naval Facilities Engineering Command (NAVFAC) Pacific, Architect-Engineer/Construction Contracts Division, is seeking to package two (2) discrete projects into a single contract for the construction (design-build) of Distribution Warehouse in Joint Region Marianas, Guam. 
 
Project P-804 will construct (design-build) a low rise Central Issue Facility (ICF) with Individual Issue Facility (IIF) and Unit Issue Facility UIF) storage and processing areas, and a Chemical Biological Radiological Nuclear Equipment storage area. Facility consists of reinforced concrete with all components such as exterior walls, flooring, foundation, windows, roofing, mechanical, electrical, fire sprinklers, and fire alarm/MNS, and informational systems appropriate to Guam earthquake and environmental conditions. This project will provide perimeter/security fencing, two vehicle gates, and a personnel gate that can provide Level 2 minimum-security measures. The site preparation includes site clearing and site earthwork. Based on available soil information, irregularities in the coralline limestone formation, such as voids or cavities, can be expected. Due to the potential for voids or cavities in the coralline limestone, a probing and grouting program should be assumed for foundations. Paving and site improvements consist of the following: Asphalt Concrete (AC) parking for approximately 60 vehicles; AC yard/apron; AC access road; concrete sidewalks; fencing & gates; pipe bollards; trach/recycling enclosures; concrete & grass swale, infiltration basin and landscaping. Electrical utilities include primary and secondary distribution, pad-mounted transformer, lighting protection & grounding system, site communication, and area lighting. Mechanical utilities include water distribution system, fire protection water distribution system, sanitary sewer system, LPG distribution system, fuel distribution system, drainage overflow structure and connection to J-001B drainage infrastructure. Environmental mitigation includes munitions and explosives of concern (MED), unexploded ordnance (UXO), cultural and natural resource mitigation.
 
Project P-312 will construct (design-build) a single-story low bay distribution warehouse. The warehouse will support the Supply, Food Service, and Medical Logistics (MEDLOG) detachments. The supply detachment area will consist of administration; Preservation, Packing, and Packaging; Supported Activity Supply System Management Unit; Small, Medium, and Bulk Storage; refrigerated rations space; and Repairable Issue Point. The Food Service detachment will include administration, storage, and inspection. The MEDLOG detachment will include administration, storage, shipment staging area, and supply pharmacy. Each of the three detachments will require physical separation from the other two. A portion of the storage in the Supply Detachment and all of the storage in the MEDLOG detachment are required to have humidity control. Administration areas include common areas for meetings, conferences, and training events. Project shall incorporate barrier-free design. Able-bodied military personnel will operate the P-312 Distribution Warehouse; however, the facility will be accessible for personnel and visitors other than military personnel at parking, arrival points, administrative offices, and restrooms. Facilities will be equipped with automatic fire sprinklers and air-conditioning or ventilation, as needed. Structural framing will consist of reinforced concrete with shallow foundations bearing on earth and soil supported slab-on-grade floors. All members will be designed and detailed for Guam’s high seismicity, typhoon loading, and long-term durability. Facility includes telecommunications infrastructure for unclassified and classified networks for voice, video, wireless access points (WAP), and building management services. Electronic Security Systems (ESS) will be included in this project. Buildings will be outfitted with appropriate fire alarm controls and smoke detection systems per applicable criteria. Secured closet spaces are provided for high value communication equipment. Special costs are included for Secret Internet Protocol Router Network (SIPRNET) premium.
 
The North American Industry Classification System (NAICS) may include Subsection 236220 – Commercial and Institutional Building Construction. The applicable size standard is $36.5 million.  The packaged estimated cost will be between $100,000,000 and $250,000,000.  The estimated completion time will be 900 calendar days.
Interested sources having the capability to perform this work are invited to submit a completed questionnaire and qualifications, limited to 15 pages (8-1/2” x 11”, duplex), by    26 August 2019, 2:00 p.m., HST.  Documents may be submitted via electronic mail to kanoe.kamikawa@navy.mil or mailed to Ms. Kanoe Kamikawa, NAVFAC Pacific (ACQ31), 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.  The market survey 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 will not provide a debriefing on the results of this survey.  All information will be held in a confidential manner and will only be used for the purposes intended.  NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED.  Responses received after the deadline or without the required information will not be considered.  Since this is a Sources Sought announcement only, evaluation letters will be not be issued to any respondent.

Opportunity closing date
26 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVFAC Pacific, Acquisition Department United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?