Industry Day for FY25 MILCON P-693 Command Center, Andersen Air Force Base, Guam
ID: Industry_Day_at_Guam_for_FY25_P-693Type: Special Notice
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 (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.

    Files
    Title
    Posted
    The document outlines the design review and specifications for Project 693, a Command Center at Andersen Air Force Base, Guam, commissioned by the Naval Facilities Engineering Systems Command (NAVFAC). It details the collaboration between Jacobs/B&V, a Joint Venture, and addresses various construction aspects, including general and site planning, electrical requirements, fire protection codes, and utility management. The project aims to provide secure facility enhancements, incorporating detailed engineering plans that adhere to federal guidelines and safety regulations. Key notes include the requirement for temporary utilities, sediment control, and utility protection during construction. The design documents serve as a foundation for ensuring compliance and efficiency throughout the construction process, while not intended for construction bidding or permit purposes. The summary emphasizes the project's commitment to security, safety, and infrastructure improvement at the facility.
    The provided document details the design review for Project 693, the Command Center at Andersen Air Force Base, Guam, prepared by Jacobs/B&V, a Joint Venture (Federal Services). The project adheres to the Department of the Navy’s guidelines and incorporates various engineering systems including structural, mechanical, and fire protection designs outlined in multiple associated volumes. The final design includes a robust life safety code analysis, ensuring compliance with relevant codes such as the International Building Code (IBC) and National Fire Protection Association (NFPA) standards. Key highlights include structural details, safety egress paths, occupancy classifications, and storm shelter compliance under ICC 500 standards. The Command Center will serve military personnel with strict adherence to fire resistance ratings and egress provisions. The comprehensive design also ensures adequate sanitation and emergency provisions, reflecting the military's operational continuity during potential emergencies. The document indicates that these designs are for review only, reiterating the specifications are not for construction bidding purposes but ensure a safe and functional facility meeting federal guidelines.
    The document outlines the design review package for Project 693, focusing on the Command Center at Andersen Air Force Base in Guam. This project is being managed by the Naval Facilities Engineering Systems Command (NAVFAC) Pacific, specifically under Task Order No. N6274223F0324, in collaboration with Jacobs/B&V, a Joint Venture. It includes detailed architectural and engineering drawings that cover various disciplines such as structural, mechanical, and fire protection. The submission indicates a 100% design completion rate with an emphasis on compliance with federal regulations and standards. The documentation is clearly marked for design review purposes, not for construction bidding, ensuring all pre-construction approvals are established. Each volume of the documentation details specific aspects of the command center's layout, systems, and finishes, including mechanical, plumbing, fire protection, and electrical plans intended to facilitate coordination among construction teams. The content aligns with the requirements set forth in government RFPs and grants, emphasizing safety, detailed planning, and adherence to blueprint specifications for effective project execution. This thorough overview serves to prepare all stakeholders for the upcoming phases of the command center development.
    The document outlines the final design submission for Project 693, a Command Center at Andersen Air Force Base, Guam, being executed by Jacobs/B&V, a Joint Venture under NAVFAC Pacific. This submission includes detailed electrical and structural plans across multiple volumes, with a focus on various systems such as telecommunications, audiovisual, security, and fire protection. The drawings and associated documents are primarily for design review and are not intended for construction bidding or permits. Key elements detailed in the documentation include the electrical infrastructure, such as power distribution, lighting plans, grounding, and protective measures in compliance with national electrical codes. Additional information entails the requirement for specific safety and operational standards, coordination with other trades, and adherence to environmental guidelines. The project underscores the Navy's commitment to modernizing military facilities, emphasizing safety, efficiency, and regulatory compliance throughout the design and construction phases. This design review marks a critical phase in ensuring the facility meets operational objectives while maintaining adherence to prescribed engineering standards.
    The document outlines the design specifications and requirements for the GDS Command Center project at Andersen Air Force Base, Guam, under Project 693. Managed by NAVFAC Pacific and facilitated by Jacobs/B&V, a joint venture, the submission consists of comprehensive architectural and engineering plans intended for review but not for construction bidding. The design, dated June 24, 2024, includes detailed sections for telecommunications, audio-visual, and security systems within the command center, emphasizing organized infrastructure for voice/data outlets, conduits, and routing of cables. It incorporates compliance with fire rating and acoustic standards, ensuring that penetrations into designated spaces meet safety regulations. The document features a significant focus on telecommunications infrastructure, providing explicit specifications for cable management systems, outlet locations, and installation guidelines. Overall, the submission reflects a structured approach to designing a modern military command center, prioritizing technical efficacy and adherence to regulatory frameworks while outlining essential building components for efficient operation.
    The document outlines the final design submittal for Project 693, focusing on the GDS Command Center at Andersen Air Force Base, Guam, as part of federal government initiatives. It details the structural and architectural design elements prepared by Jacobs/B&V, a joint venture contracted by the Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The document serves as a comprehensive guide, including various volumes that cover general, structural, mechanical, electrical, and fire protection aspects of the project. It emphasizes adherence to multiple building codes and standards like the UFC and IBC, outlining zones, materials, and systems specifications to ensure compliance, safety, and functional integrity of the facility. Additionally, the key findings from the life safety code analysis and required provisions for fire protection are included to highlight the project's commitment to facilities management and operational readiness. The design is aimed at addressing the specific operational needs of military command facilities while ensuring structural durability and safety against environmental factors, fulfilling both immediate and long-term strategic goals of the Department of the Navy.
    The document outlines the final design submission for Project 693, specifically for the Command Center at Andersen Air Force Base, Guam, developed by Jacobs/B&V, a Joint Venture (Federal Services). It consists of comprehensive design details targeting various infrastructure systems, including mechanical, electrical, telecommunications, and fire protection. Key aspects include general notes on HVAC systems, emphasizing compliance with relevant building codes and standards, coordinating with architectural elements, and ensuring maintenance accessibility. The design stipulates requirements for duct installation, piping, and instrumentation while stressing the necessity for precise structural integration and above-ground routing. Moreover, the document serves as a design review tool, excluding construction bidding or permitting purposes, necessitating adherence to standards like the SMACNA for HVAC components and NFPA for fire protection measures. The overall objective is to ensure operational efficiency, regulatory compliance, and effective resource management throughout the project lifecycle. Provided instructions and guidelines establish a framework for contractors to follow, enhancing coordination among various construction disciplines.
    The document pertains to a 100% design submittal for Project 693, the GDS Command Center located at Andersen Air Force Base, Guam, under the supervision of Jacobs/B&V, a joint venture for federal services. This design review includes comprehensive architectural and engineering plans as requested by the Naval Facilities Engineering Command (NAVFAC) Pacific. The file outlines various volumes related to building components, including general, structural, telecommunications, fire protection, and mechanical systems. It emphasizes adherence to applicable building codes, fire safety, and life safety measures, ensuring compliance with the International Building Code (IBC) and Life Safety Code (LSC). Detailed design requirements and structural elements are specified, including construction methods and materials, intended for regulatory review but not for immediate construction bidding. The documentation signifies the government's adherence to modern building standards, reflecting its commitment to safety, functionality, and compliance in military infrastructure development. Overall, this file is crucial for facilitating the review process of the design before potential construction activities take place.
    The document pertains to Work Order No. N6274223F0324 for the Project 693 Site 14 Command Center at Andersen Air Force Base, Guam, prepared by Jacobs/B&V, a joint venture. It outlines the comprehensive table of contents detailing various divisions across multiple construction and engineering disciplines, including architectural, mechanical, civil, electrical, and structural work. Each division comprises specifications regarding procurement, contracting requirements, general project information, existing conditions, finishes, and more, emphasizing sustainability and safety standards. Mandatory procedures and guidelines for demolition, grading, drainage, utilities, and environmental controls are included to ensure compliance with federal regulations and effective project management. The document serves as a crucial resource for contractors and stakeholders, facilitating the coordination and execution of this federal construction project, highlighting government efforts to enhance military infrastructure efficiently and safely.
    The document presents a comprehensive laboratory analytical report concerning the assessment of hazardous materials, specifically asbestos, at the Site 14 Command Center in Andersen Air Force Base, Guam. Conducted by LA Testing, the report details the results of asbestos analysis using the AHERA Method per federal regulations. It includes significant findings across various samples taken from multiple sections of the site, predominantly showing no asbestos present, with noted appearances and compositions of materials analyzed. The results confirm 100% non-fibrous, non-asbestos materials in many samples, with only minute traces of chrysotile detected in some coatings and skims. The report serves critical purposes for compliance with safety standards, guiding subsequent remediation efforts, and ensuring environmental health within the facility. Additionally, the document underscores the laboratory's adherence to relevant protocols and quality control, making it a vital part of governmental project oversight and decision-making regarding future development and safety measures at this military installation.
    The document contains analytical reports from LA Testing and Hawaii Analytical Laboratory, focusing on asbestos and lead paint analyses for Myounghee Noh & Associates, LLC. The asbestos analysis was conducted on various flooring materials from the Command Center Site #14 in Aiea, Hawaii, indicating that no asbestos was detected in the majority of samples, while one mastic sample showed a presence of 5% chrysotile asbestos. The analyses adhered to federal guidelines, specifically the AHERA method, demonstrating compliance with Environmental Protection Agency standards. The reports also detail lead content in paint chips from the same site, utilizing NIOSH Method 7082m for lead detection. Most results were below the method reporting limit (MRL) of 40 mg/kg, except for several samples showing significantly elevated lead levels (up to 15,000 mg/kg), indicating potential health risks. Both labs maintain high accreditation standards, and the results emphasize the importance of proper material handling and compliance with safety regulations during construction or renovation activities. Overall, these analyses are crucial for ensuring the safety and health of workers and residents, aligning with federal and state environmental protection standards.
    This document concerns analytical results from Hawaii Analytical Laboratory, specifically for lead content in paint samples collected on November 27, 2023, from Site 14 at Andersen Air Force Base, Guam. The report includes sample receipt documentation, analytical results, and quality assurance details confirming compliance with relevant standards. Forty paint chip samples were analyzed using NIOSH Method 7082m, revealing lead concentrations measured in mg/kg, with several samples exceeding 40 mg/kg, which is the Maximum Reporting Limit for lead in paint. Notably, samples 3408-P57A and 3408-P57B reported significantly high lead levels of 4100 and 11000 mg/kg, respectively. The report emphasizes the laboratory's accreditation by AIHA and NVLAP, ensuring the quality and reliability of results, supported by strict adherence to quality assurance protocols. The correspondence indicates that further analysis for cadmium, chromium, mercury, and PCB concentrations was subcontracted to another accredited laboratory. Overall, the laboratory aims to provide thorough and certified analytical data to assist stakeholders in making informed decisions regarding lead contamination and environmental safety in line with federal and state regulatory requirements.
    The document presents analytical results for asbestos remediation conducted by LA Testing for Myounghee Noh & Associates, LLC at Andersen Air Force Base in Guam. It contains results from two separate testing phases: one with samples collected on November 27, 2023, indicating varying levels of arsenic, and another on June 11, 2024, which revealed arsenic levels below the detection limit. The text outlines methods for asbestos abatement, referencing various standards from organizations such as ASTM and EPA, underscoring the importance of compliance with safety regulations. Key definitions related to asbestos, including Permissible Exposure Limits and the roles of qualified personnel in managing asbestos-related tasks, are detailed. The document emphasizes rigorous training, medical examinations, and the need for comprehensive hazard abatement plans detailing safety protocols, equipment, and decontamination procedures. Overall, this document serves a critical role in ensuring that contractors and personnel adhere to stringent safety measures to manage asbestos hazards effectively while aligning with federal, state, and local regulations in the context of government contracts for hazard remediation.
    This document outlines the specifications for seismic protection and construction procedures for the Project 693 Site 14 Command Center at Andersen Air Force Base, Guam. It details the requirements for mechanical, plumbing, and electrical systems, including the installation of bracing and anchoring systems to ensure stability during earthquakes. Key components include the identification of necessary equipment, the corresponding seismic measures, and detailed guidelines for installation certifications. Specific sections define the requirements for seismic restraints for mechanical equipment, the use of vibration isolators, and the installation of anchor bolts. The document specifies the proper materials, construction methods, and engineering standards referenced, including those from the American Concrete Institute and the American Society of Civil Engineers. The purpose of these guidelines is to maintain the operational integrity and safety of critical systems post-seismic activity, underscoring the Department of Defense’s emphasis on resilience in military infrastructure projects. Overall, the file serves as a comprehensive framework to ensure compliance with government regulations and safety standards.
    The SAME Guam Post hosted an Industry Day meeting on August 22, 2024, to discuss the planned “P-693 Guam Defense System Command Center” on Andersen Air Force Base. The meeting featured presentations by US Government representatives and the Jacobs/Black & Veatch Joint Venture, focusing on the project’s objectives, current status, and procurement opportunities. The Command Center aims to enhance Guam's air and missile defense capabilities as part of the Department of Defense's Guam Defense System initiative, contingent upon the completion of an Environmental Impact Statement per NEPA guidelines. Key project aspects include a resilient facility, designed to withstand natural disasters and ensure operational readiness, with specific requirements for seismic isolation, corrosion resistance, and anti-terrorism measures. The facility will encompass approximately 57,000 square feet, accommodate 158 personnel, and feature advanced power generation and control systems. Additionally, crucial site logistics were discussed, highlighting challenges related to labor availability and project timelines. The procurement schedule indicates that a draft solicitation was released in August 2024, with an official solicitation expected in Q1 FY25 and award anticipated in Q4 FY25. Overall, this meeting underscored the strategic importance of the Command Center project for national defense and provided stakeholders information on forthcoming construction opportunities.
    Lifecycle
    Similar Opportunities
    FY25 MCON P-693 PDI: GUAM DEFENSE SYSTEM, COMMAND CENTER, JOINT REGION MARIANAS, GUAM
    Active
    Dept Of Defense
    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.
    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.
    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.
    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.
    FY22 MCAF PROJECT P180400, AIRCRAFT MAINTENANCE SUPPORT FACILITY, ROYAL AUSTRALIAN AIR FORCE BASE TINDAL, AUSTRALIA
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM PACIFIC, is seeking contractors for the construction of an Aircraft Maintenance Support Facility at the Royal Australian Air Force Base Tindal, Australia. This project involves a design-bid-build approach to create a facility that includes a high bay open storage area, administrative offices, and support spaces, with specific construction requirements such as a concrete foundation, pre-engineered steel frame, and various utility connections. The estimated contract value ranges from $10 million to $25 million, with a completion period of approximately 600 calendar days. Interested contractors should prepare to submit both technical and price proposals, with the Request for Proposal (RFP) expected to be available around November 4, 2024, and a pre-proposal site visit scheduled for December 3, 2024. For further inquiries, contact Carly Essex at carly.t.essex.civ@us.navy.mil.
    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.
    FY25 DLA DWCF Various Repairs Chimuwan Tank Farms #1, 2, 3, Okinawa, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Japan District, is preparing to solicit bids for the FY25 DLA DWCF Various Repairs at Chimuwan Tank Farms 1, 2, and 3 located in Okinawa, Japan. The project involves a range of repairs and upgrades, including maintenance tasks such as painting and valve replacements, as well as more extensive work like constructing new spill containment basins and enhancing lightning protection systems. This initiative is crucial for maintaining the operational integrity of fuel supply facilities, with an estimated contract value between $10 million and $25 million and a performance period of approximately 690 days. Interested contractors must be registered in the System for Award Management (SAM) and comply with local licensing requirements in Japan, with the solicitation expected to be issued in October 2024 and bids due by February 2025. For further inquiries, contact Valeria Fisher at valeria.fisher@usace.army.mil or Jack Letscher at jack.t.letscher.civ@usace.army.mil.
    Cape Cod Space Force Station Power Generation Microgrid in Bourne, MA
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is seeking construction services for a Power Generation Microgrid at Cape Cod Space Force Station in Bourne, Massachusetts. This project aims to enhance the existing power infrastructure by incorporating new electrical components, backup power generation equipment, and renewable energy technologies, while ensuring minimal disruption to ongoing operations within a secured area. The estimated construction cost ranges from $100 million to $250 million, with the project planned for issuance in Summer 2026 and construction expected to commence in Fall 2026. Interested firms must submit a capabilities package by November 20, 2024, to Tyler Maryak at tyler.s.maryak@usace.army.mil, including proof of bonding capability and comments on the potential use of a Project Labor Agreement.
    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).