SOLICITATION NOTICE
Z -- SOURCES SOUGHT FOR HI0505M REPAIR/HI0506R RENOVATE BOQ, BLDG 503, MCBH, KANEOHE BAY, HAWAII
- Notice Date
- 12/16/2008
- Notice Type
- Modification/Amendment
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, N62478 NAVFAC HAWAII A-E/Construction/FSC PCO Branch 400 MARSHALL RD PEARL HARBOR, HI
- ZIP Code
- 00000
- Solicitation Number
- OPHACQ2094500
- Response Due
- 1/6/2003
- Archive Date
- 3/16/2009
- Point of Contact
- J. Murakami, Contracting Officer (808) 474-7852/471-9183 J. Murakami, Contracting Officer, (808) 474-7852, L. Quintanilla, Contracting Officer (808) 471-9183
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION: A. The purpose of this modification is to delete the requirement to submit on "Sources Sought Information Form". No form is provided. B. Please submit the requested information below: 1) Experience of the firm: Provide information on a maximum of 3 projects to include detailed descriptions of contracts that your firm has completed within the last 5 years that demonstrates your firm's experience in the work as detailed above; 2) Key personnel qualifications: Provide resumes for a Quality Control Manager (QCM) and a Site Safety and Health Officer (SSHO) that meet the following qualifications. Submission of qualifications is required for the QCM and the SSHO: The QC Manager and QC Specialist(s) shall be graduate of a four year accredited college program in one of the following disciplines either Engineering or Construction Management and shall have at least ten years of experience as a Project Manager, Site Superintendent or QC Manager on historic preservation/ repair/construction projects in the Pearl Harbor Naval Shipyard area. In addition, the QC Manager shall have at least two years of experience as a QC Manager on historic preservation/ repair/construction projects. The SSHO shall be Level 5 certified person. 3) Bonding capacity: Provide a letter from your surety stating that your firm has a bonding capacity of at least $10,000,000 per project, $20,000,000 aggregate; 4) Provide 8(a) and HUBZone certification status from SBA. For 8(a) firms, the area of consideration is limited to Hawaii and Guam; and 5) Provide current CCR registration demonstrating your Small Business (SB) and/or SDVOSB status. C. All other sources sought information remains unchanged.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7a123280bf24608b55e035966b26139c&tab=core&_cview=1)
- Record
- SN01719286-W 20081218/081216214540-7a123280bf24608b55e035966b26139c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |