JFY 2022 PROJECT J-875, BATTLE STAFF TRAINING FACILITY, U.S. NAVSUPPACT MCB CAMP BLAZ, GUAM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, NAVFACSYSCOM PACIFIC, is soliciting proposals for the JFY 2022 Project J-875, Battle Staff Training Facility, at U.S. NAVSUPPACT MCB Camp Blaz, Guam. This unrestricted solicitation seeks a contractor to construct a two-story facility designed for Guam's seismic and environmental conditions. The estimated value is between $25,000,000 and $100,000,000. Proposals are due June 17, 2026.
Scope of Work
The project involves the design-bid-build (DBB) construction of a Battle Staff Training Facility (BSTF) for the Third Marine Expeditionary Brigade Marine Air-Ground Task Force (MAGTF). Key elements include:
- Base Items: Construction of the main facility (WON 1696746), soil removal/fill, and Cement Deep Soil Mixing (CDSM) for ground improvements.
- Building Components: Reinforced concrete foundation, exterior walls, flooring, windows, roofing, mechanical, electrical, emergency power, and information systems.
- Support Facilities: Utilities, site improvements, emergency generator, access roads, and parking.
- Option Items: Pavilion construction (CLIN 0002) and a Standby Back-up Generator, Building, Fuel Storage Yard, and Sand Filter (CLIN 0003).
- Planned Modifications: Furniture, Fixtures and Equipment (FF&E) and Specialty Collateral Equipment (CEQ) (CLIN 0004AA), and Handling and Administrative Rate (HAR) (CLIN 0004AB). Detailed electrical specifications, plumbing, and HVAC systems are provided in the attachments, including legends, schedules, and power distribution plans.
Contract Details
- Type: Firm-fixed price.
- Estimated Value: $25,000,000 - $100,000,000.
- Period of Performance: Completion within 1157 calendar days after notice to proceed.
- Set-Aside: Unrestricted.
- NAICS Code: 236220 (Commercial and Institutional Building Construction).
- Bonds: Performance Bonds are required.
- Subcontracting Plan: Required for large businesses, with specific targets for various small business categories.
Evaluation Criteria
Award will be based on the lowest evaluated price among proposals meeting acceptability standards for technical evaluation factors. An "ACCEPTABLE" rating is required in all technical factors, which include Experience, Past Performance, and Safety. The government intends to evaluate and award without discussions, except for clarifications.
Site Visit & Submission
- Site Visit: A one-time pre-proposal site visit is scheduled for May 19, 2026, at 9:00 a.m. Chamorro Standard Time (ChST). Attendees must wear Personal Protective Equipment (PPE). Required forms for base access must be submitted. The deadline for site visit information submittal was extended to April 24, 2026, 2:00 p.m. HST, with continued acceptance, though timely processing for attendance is not guaranteed.
- Proposal Submission Deadline: June 17, 2026. (Note: The solicitation initially stated June 16, 2026, but the XML response date is June 17, 2026, and a Q&A document mentioned a forthcoming amendment to extend to June 23, 2026, which has not been formally issued as of the latest document.)
- Submission Location: As specified in Section 00 21 16.
Key Clarifications & Brand-Name Requirements
Recent clarifications indicate that MEC/UXO requirements (Spec Section 01 57 19.03 21) and the deletion of epoxy-coated reinforcement from Section 03 42 13.00 10 will be addressed in forthcoming amendments. The government will consider relevant construction project experience in the $20 million range, not strictly the $30 million threshold. Several Class Justifications and Approvals (CJ&As) indicate potential brand-name requirements for specific systems that may be integrated into projects on Guam, including:
- Johnson Controls (JCI) METASYS Building Automation System for networked Direct Digital Control (DDC) systems.
- Kaba-Mas X-10 dial combination locks for security.
- Knox Box key lock boxes for first responders.
- Schneider Electric PowerLogic ION8650-B electricity utility revenue meters.
- Federal Signal Mass Notification Remote Terminal Unit UVRI-B UltraVoice® for mass notification systems.
- Elevator Controls Corporation (ECC) Pixel Traction/Hydraulic Control systems for elevators.
- King-Fisher brand fire alarm radio transmitters. Bidders should review the specifications carefully to understand if these brand-name requirements apply to this specific project.