FY25 MCON P-693 PDI: GUAM DEFENSE SYSTEM, COMMAND CENTER, JOINT REGION MARIANAS, GUAM
ID: N6274225R1301Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM PACIFICJBPHH, HI, 96860-3134, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF MISCELLANEOUS BUILDINGS (Y1JZ)
Timeline
    Description

    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Pacific, is seeking contractors for the construction of the Guam Defense Radar System Command Center and associated facilities in Guam. This project involves a comprehensive design-bid-build approach, including the construction of a command center, power generation facility, and various support structures, all designed to meet specific seismic and security requirements. The estimated contract value ranges from $250 million to $500 million, with a completion period of approximately 1,323 calendar days. Interested contractors should prepare for a pre-proposal site visit scheduled for December 11, 2024, and must submit access requests by November 14, 2024, to the primary contact, Dayna Matsumura, at dayna.n.matsumura.civ@us.navy.mil.

    Files
    Title
    Posted
    The memorandum details a request for contractor access to Andersen Air Force Base related to Solicitation No. N62742-25-R-1301. The access is requested for December 11, 2024, with the possibility of extending to a maximum of one year. Specifically, the access is sought for weekdays from 7:00 AM to 4:00 PM. A list of individuals requiring passes for the site visit is attached, and the request emphasizes that these individuals will receive passes tailored to the specified access times. Contact information is provided for any inquiries, including a point of contact and contractor representative's signature. This document aligns with procedural requirements tied to federal requests for proposals (RFPs) and illustrates the steps necessary for contractors to gain site access under government contracts.
    The document outlines a series of requests for FBI criminal history information, specifically categorized as QH (Quick Hit) requests. All entries denote a type C access related to "MG-Base" which likely pertains to a database or system used for checking criminal history. Each of the 30 entries indicates the same reason for the request without additional specifics on the individuals involved or the investigations linked to them. The uniformity of these requests points to a systematic approach in accessing background checks, potentially for investigative or security purposes. The standardization suggests a focus on obtaining similar data across various individuals, possibly as part of ongoing investigations or determinations of eligibility within a set framework. This reflects a potential protocol within federal law enforcement practices around maintaining operational integrity and ensuring access to relevant criminal history data.
    The document outlines procedures for filling out III Logs at Andersen AFB, emphasizing the required format for submitting personal information, specifically subjects' names, dates of birth, and Social Security Numbers (SSNs). It specifies that only the Subject's Last Name, First Name, DOB in the format YYYY-MM-DD, and full SSN are necessary, while all other fields should remain blank. Submissions must maintain alphabetical order for the subjects, and format consistency is vital, including no variations in date formatting or the inclusion of partial SSNs. The document serves as a guide to ensure proper data entry for individuals, reflecting compliance and accuracy in record-keeping essential for federal administration. Contact information for further inquiries is provided.
    The USAF Base Access Affidavit is a mandatory form for individuals seeking access to US Air Force facilities. The purpose of this document is to collect personal information for screening individuals and conducting background checks, ensuring security at military installations. The form requires details such as name, contact information, date of birth, physical description, citizenship, and criminal history. Key sections include personal identification, criminal history questions related to previous military access denials, and immigration status, requiring supporting documentation for any visas or work authorizations. Applicants must attest to understanding the background check's purpose and consent to further screenings if necessary. Additionally, the document emphasizes the importance of accuracy in responses, citing the legal consequences for false information. This affidavit is an essential part of the process to enhance security and manage access on Air Force installations, reflecting the federal commitment to maintaining safety and compliance within military environments.
    The document outlines the requirements for a Visitor Access Request to Andersen Air Force Base, indicating the necessity of providing personal information for security clearance. It requires details such as the visitor's name, date of birth, country of citizenship, identification types (e.g., passport or U.S. Visa), occupation, and place of employment. The form also requests information about the duration of the stay, purpose of the visit, and the visitor's intended Guam address. The Privacy Act Statement stresses the authority under which this information is collected and its purpose in granting access. Failure to comply with the requirements may result in denial of the Visitor Pass. The document aims to ensure that all visitors are properly vetted in alignment with federal regulations, reflecting the commitment to security and operational integrity at military installations. Overall, it provides a structured approach to vetting visitors, facilitating authorized entry while adhering to privacy standards.
    The memorandum from Andersen Air Force Base outlines significant updates to the contracting process. Key changes include revised acceptable identity proofing items, required documentation for H1 and H2 workers, and procedures for handling requests for weekend work and contract submissions. Identity verification requires a photo identification document alongside other items such as a RealID-compliant driver’s license, passport, or birth certificate. Additional documentation is specified for H1 and H2 visa workers, including various forms and ID cards. The process for submitting weekend work requests now mandates email submissions, with strict deadlines; failure to comply may lead to disapproval. Contracts must be submitted intact, adhering to specified formats to ensure timely processing. The memorandum emphasizes accurate affidavit submissions and outlines the consequences of delays. For queries, contact TSgt Timothy J. Carl for clarity on the updates presented, designed to streamline base access and contractor engagements at Andersen AFB, ensuring compliance with Air Force protocols.
    Similar Opportunities
    Industry Day for FY25 MILCON P-693 Command Center, Andersen Air Force Base, Guam
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Pacific, is hosting an Industry Day for the FY25 MILCON Project P-693, which involves the construction of a Command Center at Andersen Air Force Base in Guam. This project encompasses the development of a Command Center, power generation facility, and associated infrastructure, designed to meet stringent seismic and security requirements, with a total estimated cost between $250 million and $500 million. The Command Center is critical for enhancing military operations and ensuring resilience against natural disasters, with a focus on advanced power generation and control systems. Interested contractors must register for the Industry Day by August 20, 2024, and can submit questions or comments regarding the project by August 10, 2024, to the primary contact, Dayna Matsumura, at dayna.n.matsumura.civ@us.navy.mil.
    Proposal Response and CCD Date Change
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Far East, is seeking contractors for a Small Magnitude Size Design-Bid-Build (DBB) Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects in the Kanto Plains Operational Area, Japan. The selected contractors will be responsible for providing all necessary labor, management, supervision, tools, materials, and equipment to perform a range of construction activities, including renovations, demolitions, and repairs at U.S. Government installations. This procurement is significant as it encompasses various general building projects, with an aggregate value of task orders not exceeding $49 million over a five-year period, and includes a seed project for replacing actuator units at US Fleet Activities Yokosuka, Japan, valued between $250,000 and $500,000. Interested parties can contact Brian Grant at brian.d.grant12.civ@us.navy.mil or John Mack at john.e.mack5.civ@us.navy.mil for further details, with task orders anticipated to range from $3,000 to $25 million.
    LIMITED TO PHASE-TWO PARTICIPANTS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Pacific, is soliciting proposals for the design and construction of up to 178 duplex and single-family housing units at Andersen Air Force Base in Guam. This project encompasses two phases: H-308, Phase IX, which will construct up to 136 family units, and H-434, Phase X, which will add up to 42 family units, aimed at providing adequate and permanent housing for enlisted personnel and their families. These developments are part of a broader initiative to upgrade family housing facilities to acceptable standards, ensuring quality living conditions for military families in the region. Interested contractors can reach out to Adele Murakami at adele.m.murakami.civ@us.navy.mil or call 808-471-1887 for further details regarding the solicitation.
    M--Operation of Government-Owned Facilities
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Base Operations Support (BOS) Services for Joint Region Marianas (JRM), Guam. Guam plays a key role in providing logistic and mission support to the operating forces for all U.S. military forces deployed in the Western Pacific. BOS Services are essential to military operations and facility maintenance on Guam and must be adaptable to JRM's ever-changing operational environment. The contract period of performance is anticipated to consist of a twelve-month base period, six 12-month option periods, and one 12-month option period. The Government intends to award a Cost-Plus-Award-Fee contract. The anticipated procurement is for operations services including General Information, Management and Administration, Port Operations, Ordnance, Facility Management, Facility Investment, Utility Management, Electrical, Wastewater, Steam, Water, and Base Support Vehicles and Equipment. A pre-proposal conference and site visit will be held on Guam. The solicitation will be available in electronic format only on the Federal Business Opportunities (FBO) website and the Navy Electronic Commerce Online (NECO) website. Offerors must be registered in the System for Award Management (SAM) database.
    Base Operations Support (BOS) Services, Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS), Family Housing (FH)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFACSYSCOM PACIFIC), is seeking qualified contractors to provide Base Operations Support (BOS) Services, specifically Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Family Housing at various military installations in Guam. The procurement aims to ensure effective management and maintenance of family housing facilities, including custodial services, pest control, and facility management, under a performance-based acquisition model. This contract, set aside for Small Business 8(a) concerns, will be awarded as a Firm-Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ) contract, with a total estimated value of approximately $39 million, and proposals are expected to be submitted following the release of the Request for Proposal (RFP) on or around October 23, 2024. Interested parties should direct inquiries to Auria Lee or Shelly Torres via their provided email addresses and ensure their registration in the System for Award Management (SAM) database.
    Solicitation for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government installations in the Okinawa Region, Japan. The contract will require contractors to provide all necessary labor, materials, and equipment for various construction projects, including office renovations, building demolitions, and infrastructure repairs, with an anticipated total value not exceeding $1 billion over a five-year base period plus a three-year option period. This procurement is critical for maintaining and improving U.S. Government facilities in the region, and interested vendors must comply with Japanese laws and possess the necessary construction licenses. Proposals for Phase One are due soon, and interested parties can contact Tomoko Kanzaki at Tomoko.Kanzaki.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details.
    Recruiting Station-Armed Forces Career Center - Hagatna Guan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 6,800 to 7,100 square feet of commercial retail storefront space in Hagatna, Guam, intended for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the Lessor to provide essential services including utilities, janitorial services, and adequate parking for government vehicles, with specific construction and operational standards outlined in the solicitation documents. This procurement is crucial for maintaining a functional and accessible recruiting center that meets military operational needs. Interested parties must submit their proposals electronically to Amy L. Capwell at amy.capwell@usace.army.mil by December 1, 2024, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    Conversion of Building to Secure Space, Okinawa, Japan
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking contractors for the conversion of a building into secure space in Okinawa, Japan, under the upcoming solicitation W912HV25R0002. The project involves transforming approximately 6,116 square feet of a single-level building to meet secure space specifications, requiring comprehensive construction services, including demolition, repairs, and environmental remediation. This initiative is crucial for enhancing the security of U.S. government facilities and will be executed through a Design-Bid-Build contract, with a projected contract value between $5 million and $10 million. Interested parties must have a valid U.S. Facility Clearance Level of Secret and submit their requests for solicitation documents by 5:00 PM, November 1, 2024, to the designated contacts, Jack Letscher and Norman Roldan.
    Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
    P-1073 FORD CLASS CVN INFRASTRUCTURE UPGRADES, PIER LIMA NAVAL BASE CORONADO, CA
    Active
    Dept Of Defense
    The Department of Defense, through NAVFAC Southwest, is seeking qualified small businesses to participate in a Sources Sought announcement for the design-build construction project of Ford Class Nuclear Carrier (CVN) Infrastructure Upgrades at Pier Lima, Naval Base Coronado, California. The project involves the construction of a new 69KV substation and upgrades to existing facilities to enhance electrical capacity, including new electrical distribution systems and telecommunications infrastructure. This initiative is critical for supporting naval operations and ensuring the reliability of power supply at the base. Interested contractors must submit their qualifications, including bonding capacity and relevant project experience, by 2:00 PM local time on October 31, 2024, to Ana Guzman at ana.m.guzman.civ@us.navy.mil. The estimated contract value ranges from $25 million to $100 million.