Search Contract Opportunities

Construction Management Services II NAVFAC Pacific AOR   3

ID: N6274223R3611 • Type: Synopsis Solicitation

Description

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR part 15 and FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

The solicitation number is N6274223R3611 and will be issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.

This requirement is being solicited as an 8(a) competitive. The NAICS code for this requirement is 236220 with a small business size standard of $45M.

This synopsis/solicitation notice is a request for proposals for a Non-Personal Service Contract to provide Construction Management Services that will support the existing workforce in the Naval Facilities Engineering Services Command Systems (NAVFAC) Pacific Area of Responsibility (AOR). Services shall be in accordance with the attached Performance Work Statement (PWS).

PLACE OF PERFORMANCE: The place of performance for the work under this acquisition is NAVFAC Pacific AOR, primarily for the Shipyard Infrastructure Optimization Program (SIOP) program, Joint Task Force Red Hill (JTF-RH), Defense Policy Review Initiative (DPRI), Pacific Deterrence Initiative (PDI). NAVFAC Pacific AOR include, but are not limited to, the following locations:

Far East: Atsugi, Camp Butler, Iwakuni, Misawa, Okinawa, Sasebo, Singapore, Yokosuka, Chinhae (Korea), Diego Garcia (British Indian Ocean Territory) and the Philippines

Marianas: All bases on Guam, including Naval Base Guam, Camp Blaz and Andersen Air Force Base; Timor Leste, Palau, Tinian, Yap, Chuuk, and various islands in the Commonwealth of the Northern Mariana Islands (CNMI)

Australia

Hawaii: Marine Corps Base Hawaii, Joint Base Pearl Harbor Hawaii, Pacific Missile Range Facility Barking Sands (PMRF)

Northwest: Bangor, Bremerton, Everett, Whidbey, Puget Sound

Southwest: 29 Palms, Barstow, Bridgeport, Camp Pendleton, China Lake, Coastal Campus, Coronado, El Centro, Fallon, Lemoore, MCRD, Miramar, Monterey, Point Loma, San Diego, Seal Beach, San Francisco, Travis Air Force Base, Ventura, Yuma.

PERIOD OF PERFORMANCE: The period of performance (PoP) for the work under this acquisition is the base year, plus four 12-month option Periods.

  • Base Period 09/26/2023 to 09/25/2024
  • First Option Period 09/26/2024 to 09/25/2025
  • Second Option Period 09/26/2025 to 09/25/2026
  • Third Option Period 09/26/2026 to 09/25/2027
  • Fourth Option Period 09/26/2027 to 09/25/2028

Per FAR 12.603(c)(2), the following clauses and provisions are applicable to this acquisition and all addenda are contained within or attached to this solicitation:

  • FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (Nov 2021)
  • FAR 52.212-2, Evaluation Commercial Items (Nov 2021)
  • FAR 52.212-3 Alt I (Dev), Offeror Representations and Certifications Commercial Products and Commercial Services (Deviation 2023-O0002) Alternate I (Oct 2014)
  • FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Dec 2022)
  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (Dec 2022)

Proposals must be received by noon, Hawaii Standard Time (HST) on Monday, May 22, 2023 through electronic submittal:

  • The Contractor shall submit all volumes of its proposal electronically using Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at the website https://cac.piee.eb.mil/sol/xhtml/auth/index.xhtml
  • Register at PIEE using the PIEE Vendor Registration Guide, provided in Attachment JL-1.
  • Follow the PIEE Proposal Manager, Proposal Manager Functions and Posting Offer Guides, Attachment JL-1.
  • Electronic cost proposal files shall include editable and searchable documents (e.g. Excel files, Word, Adobe PDF)) of Cost Model and the supporting cost documentation. Ensure all links to external files from the proposal spreadsheets/formulas have been removed. Excel spreadsheets shall not contain macros, circular references or iterative formulas. If submitting PDF documents with the electronic proposal, the text shall be a font of Arial, 11 point.
  • Electronic submissions shall be compatible with Windows type CPUs and Microsoft Word 2016, Excel 2016 (file extension shall be .xlsx or .xls), and Adobe Acrobat Software .

Proposals not received at the above address on or before the hour and date set forth for receipt of proposals shall be subject to the provisions of FAR 52.215-1(c), Submission, modification, revision, and withdrawal of proposals.

Questions regarding this solicitation are due no later than May 08, 2023 at 14:00 HST, by email to the government point of contact, Vanessa Cariaso at vanessaann.s.cariaso.civ@us.navy.mil or NFPACQ21-Box1@navy.mil. Questions will be answered by an amendment to this solicitation not individually when received. Please continue to monitor SAM.gov and PIEE for any updates to this solicitation. Changes to the solicitation can only be made by the issuance of amendments.

Background
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in part 15 and subpart 12.6 as supplemented with additional information included in this notice. The solicitation number is N6274223R3611 and will be issued as a request for proposal (RFP). This requirement is being solicited as an 8(a) competitive. This synopsis/solicitation notice is a request for proposals for a Non-Personal Service Contract to provide Construction Management Services that will support the existing workforce in the Naval Facilities Engineering Services Command Systems (NAVFAC) Pacific Area of Responsibility (AOR).

Work Details
The Construction Management Services II NAVFAC Pacific AOR includes tasks such as overseeing, administering, and managing multiple construction projects, providing technical assistance in answering Requests for Information (RFI), coordinating construction operations between contractors and government agencies, monitoring compliance with environmental protection requirements, conducting construction schedule review/analysis, participating in final acceptance and testing of major building systems, reviewing contractor correspondence, and providing weekly reports of work completed to document field engineering support and quality assurance on each project assigned.

Period of Performance
The period of performance (PoP) for the work under this acquisition is the base year, plus four 12-month option Periods. Base Period: 09/26/2023 to 09/25/2024; First Option Period: 09/26/2024 to 09/25/2025; Second Option Period: 09/26/2025 to 09/25/2026; Third Option Period: 09/26/2026 to 09/25/2027; Fourth Option Period: 09/26/2027 to 09/25/2028.

Place of Performance
The place of performance for the work under this acquisition is NAVFAC Pacific AOR, primarily for the Shipyard Infrastructure Optimization Program (SIOP) program, Joint Task Force Red Hill (JTF-RH), Defense Policy Review Initiative (DPRI), Pacific Deterrence Initiative (PDI). NAVFAC Pacific AOR includes various locations such as Far East, Marianas, Australia, Hawaii, Northwest, and Southwest.

Overview

Response Deadline
May 22, 2023, 6:00 p.m. EDT Past Due
Posted
April 19, 2023, 10:27 p.m. EDT
Set Aside
8(a) (8A)
Place of Performance
JBPHH, HI 96860 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 4/19/23 NAVFAC Pacific issued Synopsis Solicitation N6274223R3611 for Construction Management Services II NAVFAC Pacific AOR due 5/22/23. The opportunity was issued with a 8(a) (8A) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC R408.
Primary Contact
Name
Vanessa Ann S. Cariaso   Profile
Phone
(808) 471-4425

Secondary Contact

Name
Matthew Moses   Profile
Phone
(808) 471-0806

Documents

Posted documents for Synopsis Solicitation N6274223R3611

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N6274223R3611

Award Notifications

Agency published notification of awards for Synopsis Solicitation N6274223R3611

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation N6274223R3611

Contract Awards

Prime contracts awarded through Synopsis Solicitation N6274223R3611

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation N6274223R3611

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N6274223R3611

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N6274223R3611

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVAL FAC ENGINEEERING CMD PACIFIC
FPDS Organization Code
1700-N62742
Source Organization Code
100076508
Last Updated
April 19, 2023
Last Updated By
vanessaann.s.cariaso.civ@us.navy.mil
Archive Date
June 6, 2023