SOLICITATION NOTICE
Y -- FY24 MCON PROJECT P-859, CONSOLIDATED HEADQUARTERS PHASE II, U.S. NAVSUPPACT, MCB GUAM
- Notice Date
- 9/29/2025 2:22:19 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVFACSYSCOM PACIFIC JBPHH HI 96860-3134 USA
- ZIP Code
- 96860-3134
- Solicitation Number
- N6274226R1304
- Response Due
- 2/5/2026 4:00:00 PM
- Archive Date
- 02/20/2026
- Point of Contact
- Jacqueline Sivongxay, Phone: 808-603-4464
- E-Mail Address
-
jacqueline.y.sivongxay.civ@us.navy.mil
(jacqueline.y.sivongxay.civ@us.navy.mil)
- Description
- The work for this project includes, but is not limited to, the construction of a secure Phase 2 space within the existing J-301 Consolidated Headquarters project at Naval Support Activity (NAVSUPPACT) Marine Corps Base (MCB), Guam. The Phase 2 space includes architectural, fire protection, electrical, telecommunications, HVAC and collateral equipment. The magnitude of this project is estimated between $10,000,000 and $25,000,000. THE NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE IS 236220 AND AVERAGE ANNUAL RECEIPTS OF $45 MILLION OVER THE PAST THREE YEARS. The contract completion period is anticipated to be 423 calendar days. A sources sought notice (N62742P859) for this procurement was posted on 9 May 2025 on the System for Award Management (SAM) website https://www.sam.gov/, and a market survey was conducted that included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The award of the contract will be to a U.S. prime contractor with U.S. subcontractor and supplier firms. All employees working on the project shall be U.S. citizens or U.S. persons (i.e., an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. � 1101 (a)(20) or who is a protected individual as defined by Title 8 U.S.C. � 1324b (a)(3)) that have current, valid Top Secret clearance. Contract award will be made to the responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals meeting the acceptability standards for the technical factors. The technical factors are as follows: (1) Experience, (2) Past Performance, and (3) Safety. The Request for Proposal (RFP) will be available on or around 17 November 2025. Printed copies of the RFP will not be issued. The RFP, including the specifications and drawings, will only be released to U.S. Citizens of U.S. Companies. To determine eligibility for receipt of RFP documents, each interested firm shall complete and submit a (1) Certification of U.S. Company, (2) Certification of U.S. Citizen, and (3) Authorized Use and Non-Disclosure Agreement, Attachments (1-3). All sources, whether prime Offerors or subcontractors at all tiers, must certify that it is a U.S. Company. All individuals of the approved U.S. Companies requiring access to the RFP documents shall complete and submit a Certification of U.S. Citizen, attachment (2), along with proof of U.S. citizenship and a signed Non-Disclosure Agreement, attachment (3). A list of acceptable documents for proof of U.S. citizenship is provided in attachment (2). The RFP, including the specifications and drawings, will be available on the SAM.gov web site. Interested contractors/subcontractors/suppliers must have an active SAM.gov registration to request explicit access to obtain the RFP documents. IMPORTANT NOTE: All interested contractors/subcontractors/suppliers must FIRST submit the attached vetting forms and receive confirmation from the Contracting Office of being vetted as eligible to view and/or download the RFP documents prior to requesting explicit access. Vetting of forms may take up to 45 calendar days. Therefore, vetting forms should be submitted immediately to Ms. Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil. All eligible U.S. firms/citizens will receive a SAM.gov email when the Contracting Office has approved or declined the request for explicit access. Amendments will also be posted at https://sam.gov/. It will be the offeror�s responsibility to check the SAM website periodically for any amendments to the solicitation. Offerors are required to be registered in the SAM database at https://www.sam.gov and vetted as eligible at the time of proposal submission. A one-time pre-proposal site visit will be scheduled and further information will be provided within the RFP. The pre-proposal site visit is to provide Offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. Attendees shall be limited to individuals that have been previously vetted as eligible via the U.S. Citizen/Company approval process described above. Additionally, the vetted individuals interested in attending the site visit will be required to submit the following applicable forms, which will be included within the RFP, to Jacqueline Sivongxay at jacqueline.y.sivongxay.civ@us.navy.mil within 14 calendar days of issuance of the RFP. (1) Current DBIDS. If an interested attendee has current DBIDS credentials for the specific base where the project is located, submit the following: COMPANY LETTER TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name) and indicate each attendees� NCAC number. Must be signed by a person authorized to provide the certification required. Documents will be returned once approved and attendees should carry a printed copy of the documents during the site visit. (2) Current DBIDS not for the specific base where the project is located. Submit the following: COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required. DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible. Email the VCC at M-GU-NBG-N3AT-VCC@FE.NAVY.MIL to have their DBIDS programmed with the specific base where the project is located. Prior to emailing the VCC, please submit the Company Letter and the DBIDS Base Access Request Form to the POC in subparagraph (c) of the RFP for approval. Once approved, the documents will be sent back to you for submission to the NGB VCC along with the request to have the DBIDS cards programmed with the specific base where the project is located. The Company Letterhead will be returned once approved and attendees should carry a printed copy of the documents during the site visit. (3) No DBIDS Credentials. Submit the following information and applicable forms: COMPANY LETTERHEAD TEMPLATE: One letter required per company. List attendees in alphabetical order (by last name). Must be signed by a person authorized to provide the certification required. SECNAV 5512/1 FORM: Each attendee shall read, complete, and sign/date form. Typewritten is preferred. Any handwritten forms MUST be legible. Do not submit the SECNAV 5512/1 form to the Government. The Contractor is responsible for either hand-carrying or emailing this document to the NGB VCC along with any other pertinent document listed in this subparagraph. DBIDS BASE ACCESS REQUEST FORM: Each attendee please read, complete, and sign/date. Typewritten is preferred. Any handwritten forms MUST be legible. NAVAL BASE GUAM FOREIGN NATIONAL BASE ACCESS REQUEST FORM (Applicable to foreign nationals only). Each attendee please read and complete. FN BIOMETRIC DATA FORM (Applicable to foreign nationals only): Each attendee please read and complete. Upon review by the Government, the completed forms, signed Company Letter, and signed DBIDS Base Access Request Form will be returned to the company point of contact. Each attendee without DBIDS credentials will have to present the completed forms in person to the NGB VCC to get photographed and fingerprinted. If submitting three or less requests, the documents may be emailed to the VCC at nbg.vcc@fe.navy.mil. The processing of the forms by NBG VCC may take 30 days, therefore, it is the attendees responsibility to ensure sufficient time is allowed prior to the date of the site visit. Do NOT expect NBG VCC to expeditiously process the forms. PLEASE BE INFORMED: Sufficient processing time is required. Consequently, if submission of forms is received after the specified due date and time, attendees may not be approved to attend the site visit. The furnishing of the above information, including your Social Security Number, is voluntary. However, your failure to furnish all or part of the information request may result in the Government's denial of access to the jobsite. Any of the above information furnished by you and protected under the Privacy Act shall not be released unless permitted by law and/or you have consented to such release. Due to limited parking, it is recommended that contractors carpool. Also, as the project site is an active construction site, ALL ATTENDEES MUST WEAR PERSONAL PROTECTIVE EQUIPMENT (I.E., HARD HAT, REFLECTIVE VEST, PROTECTIVE GLASSES, AND HARD SOLE, STEEL TOED BOOTS).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/ff0330dc89c443679582408c2780351d/view)
- Place of Performance
- Address: GU, USA
- Country: USA
- Country: USA
- Record
- SN07607375-F 20251001/250929230042 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |