DESCRIPTION:
The contractor shall provide all supervision, materials, labor, permits, licenses, designs, and equipment necessary to repair 17 homes, that were damaged by Typhoon Yutu during October 2018. This project also includes an option for the repair of more homes. The current projection is to exercise an option for 10 more home repairs about 180 calendar days after the base award. Since exercising this option is not definite, options will not be included in the evaluation for award purposes.
ACQUISITION INFORMATION:
This acquisition is proceeding as a Local Area/Small Business Set-Aside.
The magnitude of this Firm-Fixed Price construction requirement, including options, is more than $10M.
The Base Period of Performance is for 195 calendar days.
This Procurement will be conducted under NAICS Code: 236118. The size standard for this code is $36.5M.
The solicitation and all amendments for this acquisition will be posted on beta.sam.gov. It is the responsibility of the Offeror to check beta.sam.gov for the solicitation and any amendments or changes to the solicitation.
Milestones:
It is the responsibility of the Offeror to check beta.sam.gov for the solicitation and any amendments or changes to the solicitation.
Site Visits Instructions:
Registration is required for each attendee. Offerors are limited to no more than three (3) individuals per company. A Structural Engineer is recommended to be one of the attendees. If you are interested in attending the Site Visits, submit the following attendee information to [email protected], no later than May 14, 2021, 3:00pm CHST.:
Attendee No. 1: Last Name, First Name, Company, Company Contact #, Company Contact email
Attendee No. 2: Last Name, First Name, Company, Company Contact #, Company Contact email
Attendee No. 3: Last Name, First Name, Company, Company Contact #, Company Contact email
BACKGROUND
On October 24, 2018, Category 5 Typhoon Yutu, the strongest typhoon to impact the Commonwealth of Northern Marianas Islands (CNMI) on record, caused catastrophic damage to the islands of Saipan and Tinian. Typhoon Yutu caused one death, downed power poles and damaged vehicles, schools, hotels, businesses, airports and hundreds of homes on both islands.
The U.S. President signed a Disaster Declaration on October 27, 2018 making funds available to the Federal Emergency Management Agency (FEMA), to provide disaster assistance to Saipan and Tinian. The Office of Response and Recovery (ORR), Recovery Directorate is seeking to repair and/or replace eligible applicant’s housing affected by the disaster. The services required are in support of the Individual Assistance (IA) Program DR-4404-MP.
GENERAL SCOPE OF WORK
The purpose of this procurement is to acquire construction services to repair eligible applicants’ dwellings impacted in Saipan and Tinian to a habitable; safe, sanitary, and functional condition per the applicable Federal, State and Local codes. FEMA defines “habitable” as safe, sanitary, and functional. “Safe” refers to being secure from disaster-caused hazards or threats to occupants; “sanitary” refers to being free of disaster-caused health hazards; and “functional” refers to an item or home capable of being used for its intended purpose.
The Contractor shall ensure compliance with 2018 International Building Code (IBC) for high wind and flooding hazards, and repairs not pertaining to high wind, and flooding standard shall be completed in compliance with 2012IBC standards to include seismic zone 4 code, permitting, licensing, Federal floodplain management standards and environmental/historical preservation requirements Please see exceptions to the applicable code requirements, listed below. Utilizing the individual scopes of work that the U.S. Government (USG) will provide, all repair work must be performed by licensed building Contractors, authorized to work in the CNMI, using materials of average quality for the lowest price (“builder grade”), IBC minimum code compliant materials and employing at a minimum 30% local labor (IAW FAR 52.226-5), to the greatest extent possible.
The Program activities require the services of professional construction technicians, engineers, and other related technical specialists with knowledge, experience, and expertise in the professional field of construction services, project management; supply chain/logistics, workforce mobilization & sustainment.
The only items authorized for repair are shown below and the Contractor shall not deviate from this approved list, unless authorized by a USG Warranted Contracting Officer (CO).
PERIOD OF PERFORMANCE
The anticipated period of performance (PoP) is 180 days from date of issuance of the notice to proceed (NTP).