FY21 MCON PROJECT P-649 GUAM JOINT COMMUNICATIONS UPGRADE MARINE CORPS BASE CAMP BLAZ, GUAM
ID: N6274224R1319Type: Presolicitation
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

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking services for the construction of a multi-story communications center facility at Marine Corps Base Camp Blaz, Guam. The facility will support Naval Computer and Telecommunications Station Guam operations and will include a Sensitive Compartmented Information Facility. The project also includes the construction of two single-story warehouse facilities and an OSP Fiber Line SONET Ring. The estimated project cost is between $250,000,000 and $500,000,000. The contract completion period is anticipated to be 1,255 calendar days. The solicitation will be open to full and open competition. The tradeoff source selection process will be used, with technical factors and past performance being of equal importance to price. Relevant construction projects must demonstrate experience in Precision Cooling System, Uninterruptable Power Supply System, and Clean Agent Fire Suppression System. Interested firms must be registered in the SAM database and complete the necessary certifications to access the Request for Proposal (RFP) documents. A pre-proposal site visit has been scheduled for April 24, 2024.

    Similar Opportunities
    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.
    Y--IDIQ MACC for NS Guantanamo Bay, Cuba
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking an indefinite delivery indefinite quantity (IDIQ) multiple award construction contract (MACC) for general construction work at Naval Station Guantanamo Bay, Cuba. The contract will include new construction, renovation, alteration, demolition, and repair work for various types of buildings and facilities. The total value of all contracts to be awarded is $240,000,000 maximum over the base year and all four option periods combined. Task orders will range from $150,000 to $15,000,000 per order. The source selection method is a best value continuum process in a negotiated two-phase acquisition. Interested firms with specialized experience and qualifications are invited to participate. The solicitation will be available for download from Federal Business Opportunities (FedBizOpps) website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
    Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
    Active
    Dept Of Defense
    Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
    Y--Design-Bid-Build Contract P1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the construction of P-1018 CMV-22B Airfield Improvements at Naval Air Station North Island Naval Base Coronado, California. The project includes the construction of new airfield paving, a parking apron, wash rack, taxiway, and a helipad in support of VRM-30 CMV-22B aircraft squadron. The estimated price range for construction is between $25,000,000 and $100,000,000. The RFP will be available on the Navy Electronic Commerce Online (NECO) website by 15 March 2019. A pre-proposal conference including a site visit will be conducted.
    Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance (COMS) for Unaccompanied Housing
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Marianas, is seeking qualified vendors to provide Housing Operations and Maintenance Services (HOMS) and Change of Occupancy Maintenance Services (COMS) for Unaccompanied Housing at various military installations in Guam, including Naval Base Guam, Andersen Air Force Base, and Marine Corps Base Camp Blaz. The procurement aims to identify capable sources that can deliver a range of services, including facility management, custodial services, pest control, and utilities management, essential for maintaining military housing facilities. This initiative is critical for ensuring efficient service delivery and operational readiness within military housing environments. Interested parties must submit their qualifications and complete the Statement of Interest Questionnaire by October 1, 2024, at 11:00 AM Guam Time, to Roxanne Moss and Daniel Calvo via email, as no telephone inquiries will be accepted.
    Z--MILCON Project P-930 Operations Control Center Building Alterations, Bldg. 103, Naval Support Activity (NSA) Bahrain, Bahrain
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking bids for the renovation of the Operations Control Center Building at Naval Support Activity (NSA) Bahrain. The project involves the complete renovation of a 750 m² area to create a new Dynamic Network Operations Security Center (DNOSC) on the first floor. The DNOSC will be a secure area. The contract is expected to be firm-fixed-price with a performance period of 365 days. The estimated construction cost is between $1,000,000 and $5,000,000.
    C--P007 RELOCATION OF COMMUNICATION HUB, BLDGS 8 and 9, MARINE BARRACKS 8TH and I, WASHINGTON, DC
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking ARCHITECT/ENGINEER SERVICES for the relocation of communication hub, buildings 8 and 9, Marine Barracks 8th and I, Washington, DC. This project involves renovating the basement of Building 9 to create a new Telecommunications Equipment Room and Telecommunications Entrance Facility. It also includes relocating and routing cabling, providing electrical power/lighting, telecommunications, mechanical/HVAC, and Fire Protection systems, hazardous material abatement, and coordination with Verizon for equipment relocation. The estimated construction magnitude is between $1,000,000.00 and $5,000,000. The contract duration is 365 days.
    Z--RM12-2050 Renovation of UPH-BEQ Building 3606, JEB Little Creek-Fort Story, Virginia Beach, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking to repair and renovate UPH-BEQ Building 3606 in JEB Little Creek-Fort Story, Virginia Beach, VA. The project aims to bring the facilities up to Q1 rating to comply with the Defense Planning Guidance. The scope of work includes replacing major building systems, reconfiguring room layouts, replacing sanitary waste drain lines, replacing electrical breaker panels, replacing ventilation system and ducts, meeting Antiterrorism/Force Protection standards, power washing exterior walls, replacing emergency lighting and exit signs, providing additional video security cameras, upgrading security monitoring system, replacing trash dumpster enclosures, replacing elevators, replacing fire alarm and detection system, providing natural gas potable hot water boilers, incorporating landscaping site improvements, replacing the heating and cooling system, providing temporary heating and cooling for another building, removing interconnection of mechanical systems, installing cybersecurity commissioning, installing fire sprinkler system, and replacing the roof. The estimated construction cost is between $25,000,000 and $100,000,000. The anticipated award of the contract is June 2017, with a completion time of 572 calendar days after award.
    Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. 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.
    CHILLER REPLACEMENT BLDGS A66, FC292, H23, HP561, 407, RR120, M457, M458, HP237
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the chiller replacement project at multiple buildings within Marine Corps Base Camp Lejeune, North Carolina. The project involves replacing outdated chillers in buildings A66, FC292, H23, HP561, 407, RR120, M457, M458, and HP237, with a focus on optimizing chilled water systems and ensuring compliance with industry standards. This initiative is critical for enhancing HVAC efficiency and reliability in government facilities while maintaining operational continuity during construction. Proposals are due by September 17, 2024, with an estimated project cost ranging from $1,000,000 to $5,000,000. Interested contractors should contact Jessica Huebner at jessica.r.huebner.civ@us.navy.mil or Lauren Loconto at lauren.f.loconto.civ@us.navy.mil for further details.