FY24 MCON P-614 JOINT CONSOLIDATED COMMUNICATIONS CENTER, US JOINT REGION MARIANAS, ANDERSEN, GUAM
ID: N6274225R1303Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Y1BG)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command Pacific (NAVFAC), is soliciting proposals for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction budget. The project, estimated to cost between $100 million and $250 million, requires comprehensive documentation from bidders, including financial statements and evidence of performance capabilities, to ensure compliance with federal regulations. This initiative is crucial for enhancing military communications infrastructure and operational efficiency. Interested contractors must submit their proposals by May 14, 2025, and can direct inquiries to primary contact Merbby Corpuz at merbbyjoyce.n.corpuz.civ@us.navy.mil or by phone at 808-474-4550.

    Files
    Title
    Posted
    The RFP N62742-25-R-1303, issued by NAVFAC Pacific, pertains to the construction of the Joint Consolidated Communications Center in Andersen, Guam, with an estimated cost between $100 million and $250 million. This amendment (No. 0002) revises significant components of previous documents, including the Solicitation, Offer, and Award (SF1442) and Instructions to Proposers. The proposal submission deadline is extended to May 14, 2025, and offers must be submitted in both paper and electronic formats, complying with specific instructions for organization and content. The project is classified as unrestricted, indicating no limitations on competition, and requires a firm-fixed-price contract. Offerors must acknowledge receipt of amendments prior to proposal submission, and all submissions must provide detailed pricing for several line items, including security clearance for munitions. Additionally, specific eligibility conditions are outlined, such as the requirement for contractors to be registered in the System for Award Management (SAM) and provide detailed information on partnerships and joint ventures. The RFP emphasizes the necessity for contractors to ensure compliance with the government's performance expectations and standards. This document underscores the government's commitment to fair competition and the rigorous standards expected of contractors in the construction sector.
    This memorandum is a request for contractor access to Andersen Air Force Base, specifically for site visits related to Solicitation No. N62742-25-R-1303. The request outlines the intended access dates and times, specifying access from 0700 to 1600 on Thursdays. A log of individuals who will be issued access passes is attached to the memorandum. For inquiries, a contact person is provided with email and phone information. Signatures from the company representative (CEO of Bulldozer Inc.) and an authorized contracting officer are also included for validation. This document is integral for ensuring compliance and proper authorization for contractors involved in federal government projects, reflecting the procedural requirements associated with government RFPs and grants.
    This memorandum, dated XX, requests access for a contractor to Andersen Air Force Base in relation to Solicitation No. N62742-25-R-1303. The access period is set for one day, specifically on February 27, 2025, from 0700 to 1600 hours. The memo lists the individuals who will require passes for this visit, stressing the importance of issuing them with the appropriate access credentials during the specified timeframe. For any inquiries, contact details for a company representative and the contracting officer are provided at the end of the document. The purpose of this request aligns with the broader context of federal RFPs, highlighting necessary protocols for contractors to gain base access for the evaluation of solicitation proposals. Such procedures are integral to ensuring compliance and security within federal contracting processes.
    The memorandum outlines updated policies for vendors regarding the contracting process at Andersen Air Force Base, Guam. Key areas of change include acceptable identity proofing items for base access, required documentation for H1 and H2 workers, and procedures for submitting contracts and weekend work requests. It specifies acceptable identity documents such as a RealID, Social Security card, and U.S. Passport, along with guidelines for H1 workers needing documentation like Department of Labor ID cards and current visas. H2 workers require Guam Department of Labor ID and a passport. The process for submitting weekend work requests has shifted to email submissions, requiring requests to be sent by Wednesday before the requested weekend. The memorandum also emphasizes the importance of accurate contract submissions, outlining common errors that lead to resubmission. Additionally, it mentions that affidavits signed are valid for 30 days and highlights a lengthy approval process for foreign individuals needing base access, cautioning about potential barment for incomplete disclosures. For any inquiries regarding these changes, the point of contact is TSgt Timothy J. Carl. The structured memorandum underscores adherence to these updated procedures to ensure efficient access to the base while maintaining regulatory compliance.
    The Request for Proposal (RFP) N62742-25-R-1303 outlines the procurement process for the construction of the Joint Consolidated Communications Center at Andersen Air Force Base in Guam, under the FY24 Military Construction (MCON) budget. The estimated contract value ranges from $100 million to $250 million, categorized under NAICS Code 236220 for commercial and institutional building construction. The proposal requires bidders to submit comprehensive documentation, including a signed SF1442 form, financial statements, and evidence of performance capabilities, emphasizing the need for accurate and complete proposals. Deadlines are critical, with price and non-price proposals due by May 14, 2025. Firms must be registered in the System for Award Management (SAM) and must comply with various federal regulations and certifications, including risk assessments for security controls. The document specifies that a firm-fixed-price contract is anticipated, highlighting an all-or-nothing offer stance. The proposal evaluation will be based on criteria such as experience, past performance, and safety measures. Overall, this RFP signals a significant investment in military infrastructure, ensuring a transparent and competitive bidding process to achieve governmental objectives efficiently.
    The document outlines the Federal Bureau of Investigation's (FBI) requests for background checks under the III request type, specifically for MG-Base access. It lists a total of 30 requests, each identified with a "QH" request type and a corresponding code indicating the reason for the query—all linked to accessing MG-Base. Each entry lacks detailed explanations about the individual cases or the nature of the investigations but maintains a uniform structure. The consistent format suggests an organized approach by the FBI to enable quick access to investigative data as part of compliance and security procedures related to federal regulations. The document reflects a systematic process of requesting information essential for FBI operations, aligning with standard practices for security clearances and intelligence gathering in governmental agencies.
    The document provides guidelines for completing III Logs at Andersen Air Force Base. It stipulates that only three fields need to be filled out: Subject's name, Date of Birth, and Social Security Number (SSN), emphasizing the importance of maintaining a specific format. Subjects must be listed in alphabetical order by last name, followed by their first name. Dates must be formatted as YYYY-MM-DD, and the full SSN is required; partial SSNs are unacceptable. The instruction stresses that no additional information should be added and that if a subject has no SSN, the field should remain blank. The instructions also provide contact information for further inquiries. Overall, the document serves as a technical manual to ensure accurate and consistent handling of sensitive personal information in official logs.
    The USAF Base Access Affidavit is a crucial document used to screen individuals seeking access to US Air Force installations. The form collects comprehensive personal information such as name, contact details, physical characteristics, and place of birth. It also includes a section on the applicant’s criminal history, asking about past access denials, incriminating behavior, and any incarceration experiences. Additionally, immigration and working status are assessed through questions about visas and other relevant documents. Applicants must attest that they understand the purpose of the background check, and the information collected will be utilized for generating state and federal criminal history checks. By signing the form, individuals consent to further screening, acknowledging penalties for false statements. The document's structure is designed to ensure thorough vetting for security purposes, aiming to protect military facilities while facilitating legitimate access for authorized personnel.
    This government document pertains to the Contractor Request process for visitors to Andersen Air Force Base (AFB) in Guam. It collects essential personal information about each visitor, including names, dates of birth, citizenship, identification types (like passport or visa), occupations, and employment details. Additionally, it seeks information on the length of stay and the purpose of the visit, alongside the visitor's address while in Guam. The Privacy Act Statement within the document underscores its primary purpose to record and determine access eligibility for issuing Visitor Passes. The failure to provide accurate information may result in denial of entry. This documentation process ensures a thorough background check is in place to maintain security and validate identities entering Andersen AFB. Overall, the document functions as a procedural requirement integral to managing visitor access while complying with federal security regulations.
    The document outlines the certification process for a U.S. firm in connection with solicitation N62742-25-R-1303. It requires companies to confirm their eligibility by answering three statements, affirming they meet the criteria of being a “United States firm.” The criteria include having corporate headquarters in the U.S., having filed necessary tax returns for at least two years, and employing only U.S. citizens in key management roles. Companies must check "yes" or "no" for each statement, indicating compliance. The document emphasizes the importance of accurate information, requiring a signature and date to validate the submission. This form serves as a prerequisite for participation in government contracts, ensuring that only qualified U.S. firms are considered for opportunities related to federal grants and requests for proposals (RFPs).
    This document outlines the certification requirements for U.S. citizenship in relation to solicitation N62742-25-R-1303. Individuals responding to the solicitation must provide proof of citizenship through one of four specified documents: a U.S. passport, a birth certificate (for those born in the U.S.), a certificate of citizenship or FS-240, DS-1350 (for those born abroad), or a certificate of naturalization. Additionally, each individual is required to complete and sign a Non-Disclosure Agreement (NDA) as part of the submission process. By signing, the applicant certifies that their citizenship information is accurate. The document emphasizes the importance of verifying U.S. citizenship for compliance in government contracting processes. Overall, it focuses on ensuring that individuals involved in the solicitation process are legitimate U.S. citizens, aligning with federal requirements for transparency and compliance in grants and contracts.
    The document is an Authorized Use and Non-Disclosure Agreement regarding the disclosure of specific Restricted Use Information related to the solicitation/contract N62742-25-R-1303 for the NAVFAC Pacific's Consolidated Communications Center at US NAVSUPACT Andersen, Guam. It stipulates that the Recipient must keep the provided specifications and drawings confidential and limit their disclosure solely to individuals who have a specific need to know and have signed similar agreements. The document outlines the obligations of the Recipient and its affiliates concerning the use of this information, including restrictions on further disclosure and requirements for disposal of the information if the contract is not awarded. It emphasizes compliance with federal regulations surrounding Critical Infrastructure Security Information and the consequences of unauthorized disclosure. The agreement is integral in protecting sensitive information within the context of federal grant and RFP processes, ensuring that entities involved in proposals maintain strict confidentiality.
    The Department of the Navy’s Naval Facilities Engineering Systems Command (NAVFAC) is soliciting permission for non-competitive procurement for a specific mass notification Remote Terminal Unit (RTU) from Federal Signal for use in the construction of a Joint Consolidated Communication Center at Andersen Air Force Base, Guam, under Military Construction Project P-614 for Fiscal Year 2024. This J&A (Justification and Approval) outlines that only Federal Signal's product meets the necessary specifications required to integrate with existing infrastructure and provides essential communication capabilities. Attempts to identify other sources yielded no competitive alternatives due to the unique characteristics and operational requirements of the Federal Signal system, which is already in use across Department of Defense installations in the area. The document cites legal authority under Title 10 U.S.C. 3204 for invoking other than full and open competition, noting cost benefits and efficiencies, and asserts the necessity to prevent substantial duplication costs. Future procurement processes will remain open to evaluating technological advancements. The J&A is certified for accuracy and reviewed for legal sufficiency, leading to approval for this procurement method.
    The Department of the Navy's NAVFAC Pacific has issued a Justification and Approval (J&A) for the procurement of four Knox Box fire department access boxes under a specified military construction project at Andersen Air Force Base, Guam. This J&A is necessary for including proprietary specifications that are essential for the project, thereby limiting competition to the Knox Company. The project aims to construct a new communication center for the 36th Communications Squadron, which requires secure access for emergency services. The current Knox Box system is the only compatible option due to existing infrastructure; switching to a different manufacturer would involve significant replacement costs and operational delays during emergencies. As a result, the J&A cites Title 10 U.S.C. 3204(a)(1), allowing for limited competition based on the unique requirements and implications for rapid emergency response. Additionally, a market survey was conducted, indicating no viable alternatives for the fire department access system. The anticipated procurement approach is deemed fair and appropriate to meet security and operational needs at the facility.
    The Department of the Navy's Naval Facilities Engineering Systems Command (NAVFAC) seeks approval to procure Monaco brand radio fire alarm transmitters and antennas for the new Guam Joint Consolidated Communication Center project at Andersen Air Force Base. The Justification & Approval (J&A) outlines the necessity of using proprietary specifications, emphasizing that only Monaco equipment is compatible with the existing systems at the base, which would prevent costly upgrades and potential safety risks associated with non-Monaco components. The estimated acquisition cost is considerably lower than the alternative options that would involve extensive modifications and retraining. The procurement will utilize fiscal year 2026 military construction funds, with stringent timelines established for the contractor to begin work shortly after receiving the notice to proceed. Efforts to identify other suppliers yielded no viable alternatives capable of meeting the government’s requirements, confirming that the Monaco brand is essential for ensuring reliable and efficient fire alarm service. This J&A serves as a one-time approval focused on this particular project and emphasizes avoiding future competition barriers for equivalent technologies.
    The document pertains to Work Order No. 1708784 for the FY24 MCON Project P-614, which involves constructing a Joint Consolidated Communications Center at the US NAVSUPACT in Andersen, Guam. Prepared by Power Engineers, Inc., the specifications detail the collaborative work of various engineering firms, including architects, electronic security systems, and fire protection experts. The project encompasses a myriad of construction aspects, such as structural, mechanical, electrical, and plumbing requirements, all outlined in a comprehensive table of contents with references to safety, environmental controls, and sustainability. Throughout the project, revisions have been documented, heavily emphasizing compliance with governmental requirements and adherence to quality controls. The detailed list of drawings accompanies each division, specifying construction methods, materials, and inspection protocols. This initiative aligns with federal and military objectives to enhance communications capabilities, indicating the government's commitment to modern infrastructure development while maintaining safety and regulatory standards.
    The document labeled 1737021 outlines a Request for Proposals (RFP) issued by a federal agency to solicit applications for funding under a specific grant program. The primary objective of the RFP is to support initiatives that address critical community needs through innovative solutions. Key elements of the RFP include eligibility criteria for applicants, which primarily consist of local government entities, non-profits, and educational institutions. Additionally, the document emphasizes the importance of collaborative partnerships and measurable outcomes in proposed projects. Furthermore, it details the evaluation process for submissions, including criteria such as project feasibility, budget adequacy, and alignment with federal priorities. Deadlines for proposal submissions and the format required for the application are also highlighted, ensuring that interested parties understand the timeline and documentation necessary for successful application. This RFP serves as a vital mechanism for the government to allocate funds effectively, promoting community resilience and development through targeted attentiveness to pressing social challenges.
    The Department of the Navy's Naval Facilities Engineering Systems Command Pacific has issued a Justification and Approval (J&A) to procure proprietary Schneider Electric PowerLogic Advanced Metering Infrastructure ION8650B Meters for the Military Construction project at Andersen Air Force Base, Guam. This decision is based on a requirement for compatibility with existing metering systems, driven by centralized asset management directives from the Air Force. The J&A cites Title 10 U.S.C. 3204 as the legal basis for bypassing full and open competition due to the unique specifications of the meters, which are critical for operational continuity. A Business Case Analysis demonstrated that replacing the current metering system with alternatives would lead to significantly higher costs, far exceeding the price of procuring two additional Schneider Electric meters. Efforts to solicit offers from other potential suppliers yielded no responses, reinforcing the need for this procurement. While this acquisition is characterized as a one-time effort, the justification underscores the commitment to maintaining cybersecurity and standardization within the facility's energy management systems. The overall objective is to ensure efficient integration with existing infrastructure without incurring unmanageable expenses or risks.
    Similar Opportunities
    RFQ - 36 WG Giant Voice System - Cable Relocation (GUAM)
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the relocation of the Giant Voice System cable at Andersen Air Force Base in Guam. The primary objective of this procurement is to reroute the RF antenna connection cables through a conduit, ensuring proper grounding and functionality while adhering to safety regulations. This project is critical for maintaining operational infrastructure and communication capabilities at the base. Interested small businesses must submit their quotes by February 14, 2025, and are encouraged to attend a pre-proposal site visit on February 7, 2025, to familiarize themselves with the project site. For further inquiries, potential bidders can contact Crystal Pryde at crystal.pryde.1@us.af.mil or Lauren Reyes at laurenrenee.reyes.2@us.af.mil.
    Replace AFN Radio Transmission Tower, Camp Kinser, Okinawa, Japan
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the replacement of the AFN Radio Transmission Tower at Camp Kinser, Okinawa, Japan. The project entails the demolition of the existing tower and foundation, construction of a new foundation, and installation of necessary fencing and power cabling, with strict adherence to environmental and safety regulations. This initiative is crucial for maintaining military communication infrastructure, ensuring operational readiness while complying with local and federal standards. Interested contractors must submit sealed offers by May 16, 2025, with a bid estimate ranging from ¥100 million to ¥500 million, and are encouraged to contact Norman Roldan at norman.roldan.civ@usace.army.mil for further inquiries.
    P158 BACHELOR ENLISTED QUARTERS AND SUPPORT FACILITY, MARINE BARRACKS WASHINGTON, DC AMENDMENT P00001
    Buyer not available
    The Department of Defense, through the Naval Facilities Systems Command (NAVFACSYSCOM) Washington, is soliciting proposals for the P158 Bachelor Enlisted Quarters and Support Facility project at Marine Barracks in Washington, D.C. This large-scale construction initiative, designated N40080-25-R-7071, involves the development of a multi-rise, mixed-use facility that will include Unaccompanied Enlisted Housing, a dining hall, and a fitness center, with a budget ranging from $100 million to $250 million and a completion timeline of 979 days from the Notice to Proceed. The project is critical for enhancing living conditions for enlisted personnel and ensuring compliance with Department of Defense standards. Interested contractors, specifically those on the list of MACC holders, must submit their electronic proposals by February 25, 2025, and can direct inquiries to Lindsay Brown or Damila Adams at the provided contact information.
    N40080-23-R-0022 ACQR: 6070919 - P2203, Quarters 6 Whole House Revitalization, Marine Barracks, Washington, D.C.
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for the revitalization of Quarters 6 at the Marine Barracks in Washington, D.C., under solicitation number N40080-23-R-0022. This $750 million project aims to modernize and restore the historic building, which serves as the residence of the Commandant of the U.S. Marine Corps, while ensuring compliance with safety and regulatory standards. Contractors must adhere to strict guidelines for submission, including detailed proposals addressing experience and project-specific strategies, with a completion timeline of 490 days post-award. Interested parties should submit their proposals by February 27, 2025, and can direct inquiries to Lindsay M. Brown at lindsay.m.brown14.civ@us.navy.mil or Elle Al-Ajmi at elleana.a.al-ajmi.civ@us.navy.mil.
    BEQ Repair AS4212
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of Barracks AS4212 at Marine Corps Base Camp Lejeune, North Carolina. This project, designated as N4008523B0035, involves comprehensive renovations with an estimated cost between $10 million and $25 million, requiring completion within 730 days post-award. The work will adhere to strict safety and environmental regulations, including compliance with the International Building Code and the Davis-Bacon Act, ensuring high standards for military facilities. Interested contractors must submit their proposals by March 24, 2025, and can direct inquiries to Edward Pelser at edward.e.pelser.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.
    Okinawa Multiple Award Construction Contract
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the Okinawa Multiple Award Construction Contract, aimed at commercial and institutional building construction. This contract will involve the repair or alteration of various miscellaneous buildings, highlighting the importance of maintaining and upgrading facilities to support military operations in the region. Interested contractors can reach out to Kurt Stuebs at kurt.stuebs.2@us.af.mil or by phone at 634-4919, or Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil for further inquiries. Details regarding the funding amount and key deadlines will be provided in the solicitation documents.
    DRAFT SYNOPSIS - MATOC for Architect-Engineering (A/E) Services for FSRM and MILCON Title I and Title II projects at Andersen AFB
    Buyer not available
    The Department of Defense, through the Air Force Installation Contracting Center, is seeking qualified small business architect-engineering firms to provide services for Facility Sustainment, Restoration, and Maintenance (FSRM) and Military Construction (MILCON) Title I and Title II projects at Andersen Air Force Base in Guam. The procurement aims to establish a Multiple Award Task Order Contract (MATOC) with a total ceiling of $930 million, anticipating awards to approximately six firms, including two designated for HUBZone businesses. These services are critical for maintaining and enhancing military infrastructure in the Joint Region Marianas, ensuring compliance with federal standards and addressing the unique challenges of projects in tropical environments. Interested firms must submit their qualifications using the SF330 form, with a deadline for submissions expected approximately 30 days after the final synopsis is posted, which is anticipated in February 2025. For further inquiries, potential offerors can contact Brindle Summers at brindle.summers@us.af.mil or Jean Stevens at jean.stevens.1@us.af.mil.
    Cable TV and Internet Services (Guam)
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Yokosuka, is soliciting proposals for Cable TV and Internet Services for the Joint Region Marianas, specifically at Naval Base Guam and Andersen Air Force Base. The contract encompasses the provision of essential services, including basic cable and various Internet bandwidth options, with performance expected from May 1, 2025, to April 30, 2026, and includes two potential option years. This procurement is critical for enhancing communication infrastructure, ensuring that government personnel have reliable access to necessary services for operational efficiency. Interested small businesses, particularly service-disabled veteran-owned and women-owned entities, must submit their proposals, including technical descriptions and pricing, by the specified deadlines, with inquiries directed to Cynthia Cruz at cynthia.r.cruz2.civ@us.navy.mil or Jason Q. Perez at jason.q.perez.civ@us.navy.mil.
    Conversion of Building to Secure Space, Okinawa, Japan
    Buyer not available
    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. This project involves the transformation of approximately 6,116 square feet of a single-level building to meet secure space specifications, including construction, demolition, and environmental remediation work. The contract is crucial for ensuring the facility meets national security standards and will be awarded through a Request for Proposal (RFP) process, with an estimated project value between $5 million and $10 million. Interested contractors must possess a valid U.S. Facility Clearance Level (FCL) 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.
    Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations (AO) to include Washington DC (DC), Virginia (VA), and Maryland (MD)
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command (NAVFACSYSCOM) Washington, is seeking qualified contractors for an Indefinite-Delivery/Indefinite-Quantity (IDIQ) Multiple Award Construction Contract (MACC) for facilities within the NAVAC Washington Area of Operations, which includes Washington D.C., Virginia, and Maryland. This procurement aims to support large-scale construction projects, with a maximum contract value of $8 billion, encompassing a two-year base period and up to two additional three-year option periods. The selected contractors will be responsible for various construction tasks, including the design and build of an Aircraft Development and Maintenance Facility at Naval Air Station Patuxent River, MD, emphasizing the importance of quality proposals that demonstrate management capabilities, corporate experience, and small business participation. Interested parties should contact Molly Lawson at molly.e.lawson.civ@us.navy.mil or 202-716-5845 for further details and to ensure compliance with submission requirements.