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, firm-fixed-price solicitation seeks a contractor for the design-bid-build construction of a two-story facility. The estimated value is between $25,000,000 and $100,000,000. Proposals are due June 23, 2026.
Scope of Work
This project involves the construction of a two-story Battle Staff Training Facility (BSTF) for the Third Marine Expeditionary Brigade Marine Air-Ground Task Force (MAGTF). Key construction elements include:
- Reinforced concrete foundation, exterior walls, flooring, windows, and roofing.
- Mechanical, electrical, emergency power, and information systems designed for Guam's seismic and environmental conditions.
- Support facilities such as utilities, site improvements, an emergency generator, access roads, and parking.
- Specific work items include soil removal/fill, Cement Deep Soil Mixing (CDSM) for ground improvements, and options for pavilion construction and a standby back-up generator with associated infrastructure.
- Planned modifications cover Furniture, Fixtures, and Equipment (FF&E) and Specialty Collateral Equipment (CEQ).
Contract Details
- Contract Type: Firm-Fixed Price
- Estimated Value: $25,000,000 - $100,000,000
- Period of Performance: 1157 calendar days after Notice to Proceed.
- Set-Aside: Unrestricted
- NAICS Code: 236220 (Commercial and Institutional Building Construction)
- Small Business Subcontracting Plan: Required for large businesses, with specific targets.
Key Updates & Deadlines
- Proposal Submission Deadline: June 23, 2026, 2:00 PM Hawaii Standard Time (HST). This date was extended from June 16, 2026, due to Typhoon Sinlaku, and will be formalized in a forthcoming amendment.
- Pre-Proposal Site Visit: Scheduled for May 19, 2026, at 9:00 a.m. Chamorro Standard Time (ChST). Attendees must wear Personal Protective Equipment (PPE).
- Site Visit Information Submittal Deadline: April 24, 2026, 2:00 p.m. HST. Submissions will still be accepted after this date, but timely processing for site visit attendance cannot be guaranteed.
- Solicitation Amendment 0001 clarified evaluation factors, revised attachments, and updated submission requirements for Price, Technical, and Subcontracting Plans (though the overall proposal due date was further extended by a subsequent note).
Evaluation Criteria
Award will be based on the Lowest Evaluated Price among proposals meeting acceptability standards for technical factors. Technical evaluation will assess Experience, Past Performance, and Safety. An "ACCEPTABLE" rating in all technical factors is mandatory for award. The government intends to award without discussions, except for clarifications.
Technical Specifications & Drawings
Extensive documentation is provided, including detailed structural, architectural, plumbing, HVAC, electrical, and communication system drawings (468 sheets indexed). The comprehensive technical specifications (Work Order No. 1696746) cover general requirements, building systems, mechanical, electrical, communications, site work, and specialized systems. Bidders must review these to understand the full scope, materials, installation standards, and compliance requirements.
Special Considerations
The project requires adherence to specific standards for indoor air quality, recycled content, and seismic control. Cybersecurity is a critical aspect for facility-related control systems, requiring strict adherence to DoD instructions (e.g., NIST SP 800-82, DODI 8500.01). Several Class Justifications and Approvals (CJ&As) are attached to the opportunity, indicating brand-name requirements for certain components like fire alarm radio transmitters (King-Fisher), mass notification units (Federal Signal), elevator control systems (ECC), high-security key lock boxes (Knox Box), electricity meters (Schneider Electric PowerLogic), and Building Automation Systems (Johnson Controls METASYS) for various projects in Guam. While these CJ&As are for specific procurements, they highlight the government's standardization approach for critical infrastructure components in the region.