Marsh Harbour Security Upgrades (2024)

Description


This is a Sources Sought/Request for Information notice for information only. This Sources Sought is for the purpose of conducting market research to provide data for planning purposes. This Sources Sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.

INL Nassau seeks to help Bahamas Customs and Port Department to increase physical security capacities at the port at Marsh Harbour, Abaco Island, which was destroyed by Category Five Hurricane Dorian in 2019. INL’s provision of this security infrastructure would help authorities deter and interdict illicit traffic and maintain continuity of operations during and after similar or damaging storms. This project will provide physical security upgrades that will be part of a larger integrated government rehabilitation effort and project for Marsh Harbour that is still in the early stages.

Marsh Harbour port currently operates with a very limited and rudimentary access control system. Mostly comprised of traffic cone and individual security personnel questioning the drivers of vehicles seeking entry into the port. Without office space, cameras, perimeter fencing, or administrative facilities, the port continues to operate in substandard conditions and without proper security measures to meet minimum International Ship and Port Security (ISPS) guidelines and standards.

This project will consist of security and safety enhancements including enhanced access control, establishment of administrative and operational buildings from modular containers, replacement of perimeter fencing, installation of lights, cameras, CCTV monitoring station, and paving un-paved areas inside the port. The work includes but is not limited to the following: Professional design services, Construction Services, labor, supervision, tools, materials, and equipment necessary to perform the design-build, turn-key construction of the Marsh Harbour Security Enhancement Project.

In general terms, the Contractor shall include all the following safety and security work elements as part of the design process approval and then execute the construction of the approved final designs:

  • Guardhouses - 2 ea. mobile office containers (20’ x 8’) at the terminal entrance/exits. Provide with power, A/C units and backup power generator. Exact configuration to be confirmed with port personnel.
  • Entry/Exit Lift Gates - 4 ea. automated single lane lift gates (2 per entrance/exit) with controls operated by guard force either inside or near the guardhouse.
  • Administrative Office Building - 2 ea. adjoined mobile shipping containers (40’ x 8’) with toilet room, kitchenette, water, sewer, power, A/C units, backup power generator. Exact configuration to be confirmed with port personnel.
  • Perimeter Fencing – Approx. 4,000 linear feet of 8 ft. high galvanized chain link fencing with top/bottom rails, 3-strand barbed wire, concrete foundations.
  • Lighting - 35 ea. galvanized light poles, concrete foundations, 50 ft high, with solar powered LED light fixtures, full coverage of entire port area from dusk to dawn. Design to be hurricane & lightning resistant.
  • CCTV camera system – digital video camera coverage of entry/exits & entire port area. CCTV monitoring station and video recording storage sufficient for 30 days to be located in the Administrative Building. System to be provided with UPS back-up and allow for remote access/monitoring via internet.
  • Asphalt Paving: Pave all unpaved areas within the port and repair existing damaged pavement. Provide grading and drainage as needed. Paving mix to be suitable for high performance with traffic, heavy equipment in hot weather environment.

ORDER OF MAGNITUDE: $1,000,000 - $5,000,000 IAW FAR 36.204(f)

ANTICIPATED PERIOD OF PERFORMANCE: The Period of Performance for this requirement is:

  • CLIN 001 - Concept Design, A/E Planning & Assessment Services - 60 days after NTP
  • CLIN 002 - Design Documents - 60 days after acceptance of 35% Design Documents
  • CLIN 003 - 100% Final Construction Documents - 60 days after acceptance of 95% Design Documents
  • CLIN 004 - Construction Services - 180 calendar days after acceptance of the 100% Final Construction Documents

The Bidder is required to provide a Proposed Construction Schedule that adheres to the estimated timeline. Deviations due to weather or site conditions from the Bidder’s Proposed Construction Schedule will be reviewed and considered by the CO on a case by case basis.

PLACE OF PERFORMANCE: Construction Services will be performed at the selected site Marsh Harbour Government Port (GWVP+69H, Marsh Harbour, Bahamas).

This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement will be published on www.SAM.gov.

RESPONSES DUE: For the purposes of this acquisition, the applicable NAICS code is 236220. Responses are requested no later than 28 June 2024 at 11:00 AM EDT. Direct expression of interest as well as required documentation should be submitted in writing, via email, to Coy Brown at browncl1@state.gov and Joonpil Hwang at hwangj2@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.

RESPONSE SUBMISSION INFORMATION: All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this sources sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice.

Responses to this RFI shall include the following:

1. A cover sheet which includes:

  • Company Name
  • Address
  • Point of Contact
  • E-mail Address
  • Phone Number
  • UEI Number
  • Primary Business and Market Areas
  • Business Size and Socioeconomic Status (if applicable)

2. Relevant Construction Project Experience (two (2) page limit):

  • The potential offerors need to demonstrate that they posses, within the last five years, construction experience similar to that described in this specified source sought category in The Bahamas.
  • Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or private company that awarded the contract and contract monetary value.
  • Potential offerors need to possess Bahamian permits and licenses to operate legally throughout the territory. Copies of the licenses must be submitted in response to the sources sought and are excluded from the two (2) page limit.
  • The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues.

3. Capabilities of Successfully Completing constructions:

  • Ability to provide all required design and engineering services, manpower, and materials to construct new buildings or to renovate existing ones.
  • Ability to provide and deliver required materials and equipment to projects located in Bahama.
  • Capabilities to import all required material and equipment through either sea or air transportation to Bahama.
  • Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission.
  • Ability that, should sub-contractors figure into an offeror's plans, the offeror will be expected to specify what percentage of work will be tasked to assigned sub-contractors.
Marsh Harbour Security Upgrades (2024)
Top Articles
Latest Posts
Article information

Author: Arielle Torp

Last Updated:

Views: 6132

Rating: 4 / 5 (61 voted)

Reviews: 92% of readers found this page helpful

Author information

Name: Arielle Torp

Birthday: 1997-09-20

Address: 87313 Erdman Vista, North Dustinborough, WA 37563

Phone: +97216742823598

Job: Central Technology Officer

Hobby: Taekwondo, Macrame, Foreign language learning, Kite flying, Cooking, Skiing, Computer programming

Introduction: My name is Arielle Torp, I am a comfortable, kind, zealous, lovely, jolly, colorful, adventurous person who loves writing and wants to share my knowledge and understanding with you.