DEV MODE

Important Dates


Posted Date: 05/18/2025

Response Date: 06/02/2025

Archive Date: 06/03/2025

Request More Information

Contracting Specialists Available

(877) 252-2700

More Opportunities


D/B Construct Admin and Communication Building, Camp Aguinaldo, Quezon City, Philippines

Solicitation Number:

N6274225R6508

Primary NAICS:

236220 - Commercial and Institutional Building Construction

Notice Type:

Sources Sought

Location:

Not Provided

Set Aside:

Not Provided

Description


NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING

INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS

No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation currently available. In order to protect the integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made.

Notice Type: Sources Sought

Response Date: June 2, 2025, 11:00 am Thailand Time

This notice serves to inform the public about an upcoming project at Camp Aguinaldo in Quezon City, Philippines. The government anticipates issuing a solicitation around June or July 2025. Additionally, this notice seeks to gather names of contractors interested in attending the site visit for the Base Access Request (BAR), which will be facilitated by the US Government. Due to host nation security requirements, the only way to access the site visit is the BAR submitted by the US Government. Any requests for site access after the response date will not be considered.

Projects Description: This Unified Facilities Criteria (UFC) project uses the design-build approach to design and construction of a two-story communication building, a two-story admin building with antenna tower, a two-bay parking facility, and provide furniture, fixtures and equipment (FF&E) at Camp Aguinaldo, Quezon City, Metro Manila, Philippines. The communication building foundation and structure will be reinforced concrete with concrete flat roof. Flooring is reinforced concrete slab with ceramic tiles. The ground floor will be divided into two major areas: one for operational activities and another for administrative purposes, including separate office spaces. The second floor will feature additional breakout rooms, a command-and-control room, and accommodation spaces. Additionally, an administration building will be constructed adjacent to the communication building. This admin building will measure 18 meters by 8 meters. The ground floor will include a receiving area, workstations for ten personnel, a conference room, a toilet, and an entrance to the communication building. The second floor will have a den and a cafeteria, accessible via an exterior staircase. An antenna tower will be installed on top of the admin building to support the end user’s requirement for maintaining robust and reliable communication networks in their operations. In front of the admin building, there will be a two-bay covered parking facility. Lastly, the work includes design of a FF&E package by a registered interior designer. The proposed requirements are as follows:

CLIN 0001 Construct Two-Story Communications Building. The communication building shall be designed according to the required applicable codes, standards and specifications. The ground floor of the communication building shall be provided with the following space requirements; command and control room, signal and server room, intel fusion center, pantry, separate restrooms with shower stalls, interior staircase and hallway with concrete apron/walkway around the building exterior. The second floor of the communication building shall be provided with the following space requirements; command and control room, VIP room and observation station, accommodation room for both US and PH personnel and separate restrooms with shower stalls.

CLIN 0002 Construct Two-Story Admin Building with Antenna Tower. This admin building with antenna tower shall be designed according to the required applicable codes, standards and specifications. The ground floor of the admin building shall be provided with the following space requirements; C2 admin receiving area, workstations for 6 PH personnel and 4 US personnel, conference room, covered exterior staircase and two separate entrances to C2 facility. The second floor of the admin building shall be provided with the following space requirements; den and multi-purpose roof deck where the antenna tower will be constructed.

CLIN 0003 Construct Two-Bay Parking Facility. This will be constructed in front of the communications building. It should be made up of reinforced concrete slab on fill, foundation and pedestals to support the superstructure. The superstructure should be a have a cantilever structural steel column designed to withstand the Maximum Considered Earthquake (MCE) and the strongest wind speed that is prevalent in Metro Manila where Camp Aguinaldo is located.

CLIN 0004 Provide Furniture, Fixtures, and Equipment (FF&E). Furnishings, Fixtures, and Equipment (FF&E) shall include furniture, shop equipment, audiovisual equipment, and specialty equipment. Weapon racks, drying cages, and lockers are not considered FF&E. FF&E shall be fully integrated with the building systems and finishes.  FF&E may also include specialty items for which the customer activity shall be responsible for specifying.

Project Magnitude is between US$1,000,000 and US$5,000,000 (FAR 36.204 Disclosure of the magnitude of construction projects).

A Pre-Proposal Site Visit (PPSV) for this project is tentatively scheduled for July 2025. The site visit is to provide Offerors with an opportunity to familiarize themselves with the job sites and conditions to be encountered and is not for the purpose of answering questions. 

Offerors interested in the project must complete the attached Base Access Request (BAR) and provide the required information to the site access coordinators listed below by June 2, 2025, no later than 11:00 AM Thailand Time, in order to attend the PPSV. Due to host nation security requirements, the only way to access the site visit is the BAR submitted by the US Government. Any requests for site access after the response date will not be considered.

To: Mr. Rey John B. Bañas (Site Access Coordinator)

Email: BanasRB@state.gov / mnlnavfacroicc@state.gov

cc: nitiwate@state.gov and williamsrg@state.gov          

Note:

- Contractors may submit up to 4 names (2 primaries and 2 alternates), but only 2 participants, plus 1 driver and 1 vehicle, per company shall be allowed to attend the PPSV.   The driver can enter the base but must remain in the vehicle throughout the site visit. The driver is not permitted to attend the site visit or replace any of the attendees during the site visit and must present a valid form of identification or passport for base access.

- This base access process is only for the list of attendees the US Government is facilitating. Contractors that request access after the required date will not be added to the US Government list but will still be allowed to attend the site visit with two attendees if they can get access to the base on their own. This is a limitation imposed by the host nation. Contractors are not allowed to inspect the project sites outside of the scheduled site visits. Any Contractor that does a site inspection outside of the scheduled site will be disqualified and ineligible for award due to having a competitive advantage.

INSTRUCTIONS TO CONTRACTORS FOR BASE ACCESS REQUEST (BAR) for PPSVs          

Important: All BAR submissions must be received during business hours.

What to Submit:

  1. Personnel Roster: Please provide a list of all personnel requesting access in an Excel spreadsheet. This spreadsheet should be named "Encl 1 Personnel Roster_[Short Company Name]".
  2. Combined ID Document (PDF): Create a single PDF document (letter size, 8.5" x 11") containing all personnel IDs.

Formatting the ID Document (PDF):

    • File Name: Use the format "[Company Name]_IDs" (e.g., McDonalds_IDs).
    • PDF Bookmarks: Organize the document with bookmarks for each person. Each bookmark should be named in the format "Last Name, First Name" (e.g., Cruz, Juan).
    • No Password: Do not password-protect the PDF file.
    • ID Order: Arrange the IDs in the same order as they appear on the personnel roster.
    • For each person on the list, provide letter-size PDF of their passport bio page, as shown below. Use this specified format for consistency.
    • DO NOT SEND INDIVIDUAL JPEG FILES. Requests with JPEG files shall not be processed. Sending PDFs will streamline the processing for the BAR drafter.

Acceptable ID Formats:

  • Foreign Nationals: Only a valid passport bio page is accepted.
  • Philippine Citizens: You can include any one of the following:
    • Valid passport bio page
    • Philippine Identification (PhilID) / ePhilID
    • Land Transportation Office (LTO) Driver's License
    • Professional Regulatory Commission (PRC) ID

- All information relevant to the site visits will be posted on SAM.gov. Emails requesting confirmation for site visit times, locations, and other information that is clearly stated on SAM.gov will not be answered.

Contact Information


Mr. Rey John B. Bañas

Send Email


NAVFAC Manila

Send Email


USFCR is Here to Help

If you have any questions or would like assistance with federal registrations and contracting, call USFCR at:
(877) 252-2700
Monday-Friday, 9:00 AM – 5:00 PM ET

With over a decade of expertise and more than 300,000 SAM registrations completed, US Federal Contractor Registration (USFCR) stands as the leading authority in streamlining the federal sector onboarding process for businesses and nonprofits. Through the Advanced Procurement Portal (APP), USFCR offers a user-friendly platform that revolutionizes government contract search, opens doors to vast government contracting opportunities, and simplifies the process of government contracting. This enables entities to efficiently find and win government contracts. By enhancing federal contracting and grant acquisition capabilities, APP ensures entities can seamlessly navigate the complexities of government procurement, maximizing their opportunities for success in the competitive federal marketplace.

v20200529
Need Help?