Sign up now to have the right to view
50 tenders for free.
Title |
FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Solicitation DEPT OF DEFENSE |
|||
---|---|---|---|---|
You can sign up and unlock it for freeAccess to Public and Private Sector Business Opportunities for 200+ Countries |
||||
Country | ||||
Language | English | |||
Organization | ||||
Published Date | 18.10.2024 | |||
Deadline Date | 29.01.2025 | |||
Overview |
FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Solicitation 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 Compartm N6274225R1319 Pacific/Honolulu DEPT OF DEFENSE FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Pacific/Honolulu eMail : merbbyjoyce.n.corpuz.civ@us.navy.mil Merbby Corpuz Guam USA UNITED STATES N6274225R1319 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. NAICS Code : 236220 PSC Code : Y1BG Phone : 808-474-4550
|
|||
NAICS | ||||
CPVS |
System, storage and content management software package
Marine, aviation and other transport insurance services
Control, safety, signalling and light equipment
Demolition, site preparation and clearance work
Calendars
Construction, foundation and surface works for highways, roads
Engineering, auxiliary, average, loss, actuarial and salvage insurance services
Control, safety or signalling equipment for inland waterways
Wells construction work
Parts of computers
Office, school and office equipment cleaning services
Feasibility study, advisory service, analysis
Research, testing and scientific technical simulator
Safety cases
ID cards
Control, safety or signalling equipment for parking facilities
Construction work
Blocks
Templates
Command, control, communication systems
Supports
Control, safety or signalling equipment for port installations
Surveying, hydrographic, oceanographic and hydrological instruments and appliances
Command, control, communication and computer systems
System, storage and content management software development services
Forms
Rings, seals, bands, sticks and grout packers
Installation services of equipment for measuring, checking, testing and navigating
Cameras
Pressure-reducing, control, check or safety valves
Posts
Control, safety or signalling equipment for roads
Goods used in construction
Electrical, electromagnetic and mechanical treatment
Architectural, construction, engineering and inspection services
Radio, television, communication, telecommunication and related equipment
Demolition work
Control, safety or signalling equipment for airports
|
|||
UNSPSC |
Fibers
Post
Blocks
Clean room
Warehouse
Computers
Templates
Calendars
Cameras
Still cameras
Awards
Business cases
Market research
Fire suppression system
IP phones
Power Supply, Computer
Power supply
Tent, for office use
E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation)
Suction pump, electrical
Clinical laboratory and toxicology testing systems, components, and supplies
Clinical laboratory and toxicology testing systems, components, and supplies
|
|||
Regions | ||||
Sectors |
Civil Works
Building
Environment and Pollution-Recycling
Automobiles and Auto Parts
Non-Renewable Energy
Supply
Solar Photovoltaic PV Energy
Engineering
Postal and Courier Services
Roads and Highways-Bridge
Infrastructure
Telecommunications
Printing and Publishing
Cement and Asbestos Products
Railways-Rail-Railroad
Defence and Security
Electricity
Technology Hardware and Equipment
Construction
Energy-Power and Electrical
Computer Hardwares and Consumables
Steel
Aviation
Electronics
Building Material
Construction Materials
Marine
|
|||
URL | ||||
Share |
Title |
---|
FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Solicitation DEPT OF DEFENSE |
Country |
Language |
English |
Organization |
Published Date |
18.10.2024 |
Deadline Date |
29.01.2025 |
Overview |
FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Solicitation 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 Compartm N6274225R1319 Pacific/Honolulu DEPT OF DEFENSE FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM Pacific/Honolulu eMail : merbbyjoyce.n.corpuz.civ@us.navy.mil Merbby Corpuz Guam USA UNITED STATES N6274225R1319 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. NAICS Code : 236220 PSC Code : Y1BG Phone : 808-474-4550 |
NAICS |
Fiber Power Business Fiber Electric Power Transmission Fiber All Other Telecommunications Executive and Legislative Offices All Other Telecommunications All Other Telecommunications Construction Agriculture Environment Executive and Legislative Offices Management Construction Process |
CPVS |
System, storage and content management software package Marine, aviation and other transport insurance services Control, safety, signalling and light equipment Demolition, site preparation and clearance work Calendars Construction, foundation and surface works for highways, roads Engineering, auxiliary, average, loss, actuarial and salvage insurance services Control, safety or signalling equipment for inland waterways Wells construction work Parts of computers Office, school and office equipment cleaning services Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Safety cases ID cards Control, safety or signalling equipment for parking facilities Construction work Blocks Templates Command, control, communication systems Supports Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Cameras Pressure-reducing, control, check or safety valves Posts Control, safety or signalling equipment for roads Goods used in construction Electrical, electromagnetic and mechanical treatment Architectural, construction, engineering and inspection services Radio, television, communication, telecommunication and related equipment Demolition work Control, safety or signalling equipment for airports |
UNSPSC |
Fibers Post Blocks Clean room Warehouse Computers Templates Calendars Cameras Still cameras Awards Business cases Market research Fire suppression system IP phones Power Supply, Computer Power supply Tent, for office use E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies |
Regions |
APEC Countries North America Northern America |
Sectors |
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Engineering Postal and Courier Services Roads and Highways-Bridge Infrastructure Telecommunications Printing and Publishing Cement and Asbestos Products Railways-Rail-Railroad Defence and Security Electricity Technology Hardware and Equipment Construction Energy-Power and Electrical Computer Hardwares and Consumables Steel Aviation Electronics Building Material Construction Materials Marine |
URL |
Share |
To be notified
when a tender matching your filter is
published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert
Similar Tenders