N33191-24-R-0031 Design-Build (D-B) Construct Maintenance Facility and Technical Training Center in Djibouti
ID: N3319124R0031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM EUROPE AFRICA CENTRALFPO, AE, 09622-0051, USA

NAICS

Industrial Building Construction (236210)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for a Design-Build contract to construct a Maintenance Facility and Technical Training Center in Djibouti. The project aims to enhance military readiness and operational capabilities by providing a facility that supports training for medical equipment maintenance, with a focus on compliance with both American and Djiboutian regulations. The estimated project cost ranges from $100,000 to $250,000, and proposals must be submitted electronically by October 1, 2024. Interested contractors should contact Anna Gulewich at anna.l.gulewich.civ@us.navy.mil or Daniel Magrino at daniel.k.magrino.civ@us.navy.mil for further details.

    Files
    Title
    Posted
    The document outlines the RFP for a Design-Build contract to deliver the Maintenance and Training Facility (MTF) in Djibouti, under NAVFAC management. It covers the project scope, tasks, and requirements to repair and complete existing facilities allocated to the Djiboutian Ministry of Health. The contract consists of two base line items (CLIN 001 and CLIN 002) focused on refurbishing the Maintenance and Training Block and the Toilet Block, respectively, along with a third optional item (CLIN 003) for site improvement. The project aims to enhance healthcare service delivery by providing a facility capable of supporting training for medical equipment maintenance. Key requirements include compliance with both American and Djiboutian regulations, thorough design and submission processes, and strict adherence to safety and quality standards. The design should prioritize sustainable practices and local materials, ensuring a culturally appropriate architectural style while integrating energy conservation principles. Contract completion is expected within 390 days, with a one-year warranty following the beneficial occupancy date. The document extensively details specific engineering and construction requirements, emphasizing the necessity for contractor familiarity with local building codes and procedures, and the importance of acquiring all necessary permits before construction commencement.
    This document outlines Work Order No. 1805435 under NAVFAC Contract No. N33191-24-C-XXXX, concerning the maintenance and training facility located in Djibouti City, Djibouti. It references the technical requirements necessary for this project, which are based on architectural drawings developed in a previous contract (N33191-14-C-0616) related to the existing facilities. Annex II is a detailed schedule of 23 architectural drawings, each designated by number, which likely form the basis for project planning and execution. The accumulation of these drawings signifies comprehensive preparatory work aimed at ensuring structural integrity and functionality of the facilities. The purpose of the document aligns with federal project contracts, where precise specifications and existing designs are pivotal for contractors to deliver effective solutions. By documenting these architectural elements, the work order supports adherence to established standards and frameworks necessary in government contracting contexts. This structured approach intends to facilitate clear communication among stakeholders and provide a foundation for ongoing operations and maintenance in the Djibouti facility.
    The document pertains to Work Order No. 1805435, issued by NAVFAC for the construction of a maintenance and training facility in Djibouti City, under contract N33191-24-C-XXXX. It references an earlier contract (N33191-14-C-0616) that developed structural designs for existing structures. The primary focus is on the structural drawings categorized in Annex II, which consists of 38 individual structural designs. These drawings outline the necessary specifications for compliance with NAVFAC's requirements for the facility's construction. The project aims to enhance military readiness and operational capability at the Djibouti site. This document is part of a larger framework involving federal solicitations related to infrastructure development, emphasizing the government's continuous investment in maintaining and improving military facilities. Overall, it illustrates the technical and procedural aspects necessary for successful completion of the facility's construction.
    This document outlines a work order related to the construction and maintenance of facilities in Djibouti City, specifically under NAVFAC Contract No. N33191-24-C-XXXX. It details the technical requirements for plumbing associated with the maintenance and training facility, referenced as OHASIS DJ-HA-2023-00040401. The plumbing drawings, which were developed earlier under a different contract (N33191-14-C-0616), include multiple annexes (Plumbing #1 through #7), indicating a series of design plans necessary for the facility's plumbing system. The structure of the document reflects a formal contract framework within the process of federal requests for proposals (RFPs) and grants, emphasizing the importance of detailed technical specifications in construction and maintenance work. Overall, this file serves to facilitate the effective execution of plumbing-related tasks, ensuring compliance with established standards while supporting the broader objectives of the maintenance and training facility's operations.
    The document serves as a Pre-Proposal Inquiry Form related to the solicitation number N43319124R0031, for the construction of a Maintenance Facility and Technical Training Center in Djibouti. It outlines procedures for prospective offerors to submit inquiries regarding the Request for Proposal (RFP) to ensure clarity and provide needed information prior to proposal submission. The form requires details such as the inquiry number, firm name, contact information, and specifics of the inquiry including references to applicable sections of the RFP. An area is designated for the government's response, ensuring a structured means of communication between the offerors and government representatives. This form is pivotal for facilitating a clear and organized dialogue, ultimately contributing to a transparent procurement process. Completion of this form and submission via the specified email ensures that inquiries are addressed systematically, fostering a competitive environment for interested firms. The inquiry process is essential for obtaining precise information, which can influence proposal preparations that align with government expectations.
    The document outlines a price schedule for the design and construction of a Maintenance and Technical Training Facility in Djibouti, as well as renovations for three schools in Montenegro, solicited through the federal RFP process (N3319124R4011). It specifies three contract line item numbers (CLINs) for bidders to fill out, detailing the scope of work and required services for each project. CLIN 0001 focuses on the construction of a technical facility, including labor and materials for repairs, systems installation, and structural enhancements. CLIN 0002 details renovations to a toilet facility, addressing plumbing, sewage, and accessibility issues. Lastly, CLIN 0003 involves extensive renovations of Dragan Kovacevic Elementary School, including exterior and interior repairs. Bidders must provide prices for each CLIN and a total price, along with their firm name, signature, and date on the price schedule. This request is part of efforts to ensure compliance with performance specifications while enhancing infrastructure in both Djibouti and Montenegro, demonstrating the government's commitment to improving education and training facilities. The document emphasizes the importance of safety protocols, material quality, and adherence to technical specifications throughout the projects.
    The document outlines the tax relief provisions applicable to a federal contract for a Maintenance Facility & Technical Training Center in Djibouti, specifically under solicitation N33191-24-R-0031. It specifies that contract prices exclude taxes and duties from which the U.S. Government is exempt due to international tax agreements. Invoices must clearly delineate the gross price, tax deductions, and net price. Additionally, contractors importing materials per U.S. Government specifications must identify these items to secure duty relief. If using inventory, contractors must ensure that exemption on import duties is accounted for, potentially allowing for refunds or duty-free importation of equivalent supplies. This clause emphasizes compliance with tax regulations while facilitating cost-effective procurement for government projects abroad.
    The document is a Design & Construction Experience Project Data Sheet intended for federal and state government RFP submissions. It requires detailed information from firms seeking contracts, emphasizing their previous project experience, roles, and the relevance of completed work. Key sections include identification of the firm, type of work performed, contract details, award and completion dates, and a breakdown of the project type (new construction, renovation, etc.). Additionally, it asks for specific financial metrics, like award amounts and final prices, as well as extensive descriptions of project details, including any sustainable features or certifications. Information about direct work performed by the firm is also requested. This structured approach ensures that proposals outline their capabilities comprehensively, thereby facilitating evaluation against project requirements and selection criteria established by government entities.
    The document outlines safety requirements for contractors involved in a project under contract N33191-24-R-0031. It mandates compliance with both local safety regulations and the U.S. Army Corps of Engineers' EM 385-1-1 standards, prioritizing the more stringent regulations. Within 30 days of contract award, contractors must submit a safety plan and appoint a qualified Site Safety and Health Officer (SSHO) with specific experience and training documentation. The contractor is responsible for monitoring subcontractor performance and must provide necessary Personal Protective Equipment (PPE), including hard hats, for all site personnel. A minimum of five hard hats must also be available for visitors. The proposed price for the project must include all safety-related costs. This document highlights the commitment to safety and compliance in government contracting processes, particularly in the context of federal grants and RFPs. It ensures that all parties involved in the project adhere to rigorous safety standards to mitigate risks during construction operations.
    The NAVFAC/USACE Past Performance Questionnaire (PPQ) is a structured form designed to collect and assess the performance of contractors involved in government projects. The questionnaire is divided into two sections: contractor information and client evaluation, with specific blocks for essential details including firm name, contract data, project description, and client feedback. Contractor data encompasses aspects such as contract type, project complexity, awarded amounts, actual completion dates, and relevancy to the client's objectives. The client section seeks insights on the contractor's performance through ratings on various criteria such as quality of work, adherence to schedules, customer satisfaction, management effectiveness, cost management, safety compliance, and overall performance. Employees and clients are prompted to provide evaluations using a rating scale from Exceptional (E) to Unsatisfactory (U), while also allowing room for narrative feedback on strengths and weaknesses. The completed PPQs contribute to a comprehensive review process, guiding future government contract decisions and ensuring accountability among contractors. This form underscores the government's commitment to high standards in contracting by fostering transparency and eliciting detailed feedback.
    The document N33191-24-R-0031 is a Request for Proposals (RFP) for a Design-Build construction project, specifically for a Maintenance Facility and Technical Training Center in Djibouti. The estimated project cost ranges from $100,000 to $250,000. Proposals must be submitted electronically by October 1, 2024, and offerors are encouraged to register in the Joint Contingency Contracting System. The contractor must begin work within 10 calendar days and complete it within 390 calendar days from award notification. The RFP outlines the necessity for offerors to include technical proposals addressing corporate experience, safety, and past performance, with specific submission requirements listed for each factor. The evaluation process will prioritize technical acceptability at the lowest evaluated price, with unbalanced pricing assessments included. Clear instructions regarding site visits, amendments, and proposal content are provided, intending to facilitate a comprehensive bidding process. The document stresses compliance with safety regulations and emphasizes the importance of prior experience in government projects related to construction within Djibouti. It establishes strict criteria for evaluation, ensuring strategic alignment with project goals and requirements, reinforcing the government's aim for effective and quality construction services.
    Similar Opportunities
    Construct Multiple Pre-Engineered Buildings
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the construction of multiple Pre-Engineered Buildings (PEBs) at Chabelley Airfield in Djibouti. The project requires contractors to provide comprehensive services, including design, management, materials, and labor, adhering to specific federal guidelines and local building codes, with an estimated contract value between $1 million and $5 million. This initiative aims to modernize military infrastructure, ensuring operational readiness and compliance with safety standards in the region. Interested contractors must submit their proposals by September 19, 2024, and direct any inquiries to Kaitlin Hassman at kaitlin.hassman@us.af.mil or by phone at 3118244118.
    Construct LSA Living Facilities
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the construction of Living Support Area (LSA) facilities at Chabelley Airfield in Djibouti. The project involves the construction of multiple billeting facilities, with contractors required to provide all necessary designs, management, materials, and labor, adhering to military construction standards and safety requirements. This initiative is crucial for enhancing living conditions for military personnel stationed at strategic locations, reflecting the government's commitment to infrastructure development. Interested contractors should note that the estimated project cost is between $1,000,000 and $5,000,000, with proposals due by the specified deadline, and questions accepted until September 5, 2024. For further inquiries, contact Kaitlin Hassman at kaitlin.hassman@us.af.mil or by phone at 311-824-4118.
    Design-Build Construct Multi-Purpose Facility, Larnaca, Cyprus
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFACSYSCOM Europe Africa Central, is soliciting proposals for the design-build construction of a multi-purpose facility in Larnaca, Cyprus. The project aims to create a facility that includes dormitories, dining areas, office spaces, and essential amenities, adhering to both local and U.S. safety and building standards. This procurement is significant for supporting U.S. military operations in the region, with an estimated contract value between $500,000 and $1,000,000. Interested contractors must submit their proposals electronically by October 8, 2024, and are encouraged to contact Anna Gulewich or Daniel Magrino for further inquiries regarding the solicitation.
    Design-Bid-Build (BBD), Firm-Fixed-Price (FFP), Construction Contract for P021 Lighterage and Small Craft Facility at Marine Corp Support Facility (MCSF) Blount Island Command (BIC), Jacksonville, Florida.
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy, is soliciting proposals for a Design-Bid-Build (BBD), Firm-Fixed-Price (FFP) construction contract for the P021 Lighterage and Small Craft Facility at the Marine Corp Support Facility (MCSF) Blount Island Command (BIC) in Jacksonville, Florida. This procurement aims to establish a facility that will support lighterage and small craft operations, which are critical for enhancing operational capabilities and logistics for the Marine Corps. Interested contractors should note that the solicitation number is N69450-24-R-0003, and they can direct inquiries to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil or by phone at 904-542-6665, or to Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further details.
    Y--P1701 Construct Fuels Storage Facility
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking to construct fuel storage facilities at Camp Lemonnier, Djibouti, Africa. The facilities will include two 2,385-kiloliter fuel storage tanks, a pump house and filter building, fuel truck loading stations, and fuel piping transfer and distribution systems. The project also includes a fuel dispatch and lab building, as well as various security and site improvements. The contract will be awarded as a firm-fixed price contract with a performance bond requirement. The proposal due date is on or about May 16, 2016. Interested firms are encouraged to register on the SAM website.
    FY24 H-2405 Whole House Revitalization Bldgs 680-683 MCAS Iwakuni, Japan
    Active
    Dept Of Defense
    The US Army Corps of Engineers is seeking expert engineering and construction firms to lead a specialized design-build project at Marine Corps Air Station Iwakuni, Japan. Four steel-frame buildings and two carports require comprehensive renovation and redesign, involving architectural, mechanical, and electrical components. This procurement, valued at an estimated $70 million, aims to deliver a high-quality, efficient solution while minimizing disruptions to traffic flow. Firms are invited to submit technical proposals by October 1, 2024, with a competitive acquisition process set to follow. The project holds significance in enhancing residential structures for better functionality and is expected to commence in December 2024. For more information, contact Charles Qi or Nakiba Jackson via email.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    P103 NOTU Engineering Test Facility at Cape Canaveral, FL
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southeast office, is soliciting proposals for the construction of the P103 NOTU Engineering Test Facility at Cape Canaveral, Florida. This project aims to modernize and consolidate the Trident II Life Extension 2 (D5LE2) system into a single engineering test facility, utilizing a Design-Bid Build (DDB) Fixed Price contract with an Award Fee structure. The procurement is classified under NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. Interested contractors can reach out to Sheila Borges at sheila.i.borges.civ@us.navy.mil or 904-542-6207, or Lindsay Betteridge at LINDSAY.E.BETTERIDGE@NAVY.MIL or 912-409-3846 for further information.
    Diego Garcia DB/DBB MACC Amendment 0001 and Phase One Notice 1
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM FAR EAST, is soliciting proposals for the Diego Garcia DB/DBB MACC Amendment 0001 and Phase One Notice 1. This opportunity involves the repair or alteration of miscellaneous buildings, classified under the NAICS code 236220, which pertains to commercial and institutional building construction. The solicitation has been amended to extend the deadline for Phase One proposals to October 7, 2024, at 3:30 PM Japan Standard Time, with inquiries addressed to Janeen Bais at janeen.m.bais.civ@us.navy.mil or Kyong Yu at kyong.h.yu2.civ@us.navy.mil. Interested parties should note that the solicitation remains unchanged unless formally amended in writing.
    Design-Bid-Build, Sentinel Air Education Training Command (AETC) Formal Training Unit
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers is seeking proposals for a major construction project at the Vandenberg Space Force Base in California. The Design-Bid-Build contract aims to construct a 152,900 square foot Air Education and Training Command (AETC) Formal Training Unit. This integrated facility will support Ground Based Strategic Deterrent (GBSD) training, combining maintenance and operations instruction under one roof. The building will house training bays, labs, headquarters, and academic spaces, with approximately 100 parking spaces. The project has a steel core structure design and a performance period estimated at 1,000 calendar days. The work involved includes: Construction of a permanent facility, adhering to DOD Unified Facilities Criteria. Compliance with DOD anti-terrorism/force protection requirements. Site preparation, including clearing, grubbing, and grading. Utility connections for water, sewer, electrical, and mechanical services. Installation of security, communication, and fire protection systems. Construction of parking areas and walkways. With an estimated value between $100 million and $250 million, the project requires compliance with Buy American and Trade Agreements Act provisions. Offerors must be prepared to work under a Project Labor Agreement (PLA), which will be incorporated into the solicitation. Additionally, large businesses awarded contracts over $1.5 million must submit subcontracting plans. Interested parties should register on the Procurement Integrated Enterprise Environment (PIEE) suite to access the solicitation when it is issued. The primary point of contact for this opportunity is Stanislav Sekacov, Contracting Officer, whose details are available in the listing. All applicants should ensure they can meet the requirements and deadlines outlined in the upcoming solicitation. The government reserves the right to cancel, delay, or modify the project at any stage.