SOURCES SOUGHT
Y -- Potential Sources Sought, Synopsis for PN 150077 CSMS #1
- Notice Date
- 9/13/2010
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-10-T-0002
- Response Due
- 10/4/2010
- Archive Date
- 12/3/2010
- Point of Contact
- Shawn Naito, 808 844-6332
- E-Mail Address
-
USPFO for Hawaii
(shawn.naito@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Construction and Alteration of Structures and Facilities Potential Sources Sought Synopsis for PN 150077 CSMS #1 (duration: Estimated Award in JAN11, with an 18 month const. est.) The Hawaii Army National Guard (HIARNG) and United States Property and Fiscal Officer for Hawaii (USPFO) intends to solicit and award a project to include the renovation of two existing structures and construction of a new facility for the Combined Support Maintenance Shop (CSMS). The magnitude of the project is $25,000,000 to $100,000,000. PROJECT DESCRIPTION The existing and new facilities will consist of administrative rooms, workbays, paint, body, machine and welding shops, parts storage, break rooms and bathrooms all of which will be located at the HIARNG facility on the old Barbers Point Naval Air Station now Kalaeloa. The CSMS provides direct/general support maintenance and services to all supported units and accomplish repairs or rebuilds components on all end items of equipment. Some of the integral systems found in a CSMS facility to help fulfill their requirements to maintain the HIARNG equipment are air lines, lubrication dispensers, computer drops, telecommunication, mechanical ventilation for specified shops and overhead cranes. The existing buildings to be renovated (Building 117 and Building 663) are eligible for the National Register of Historic Places (NRHP) and certain precautions must be used to ensure the buildings character are preserved. Matching the existing materials (color, design, etc.) is crucial. A number of windows will be replaced and glazed to meet State Historic Preservation Office and Anti-Terrorism/Force protection standards. Particular care to maintain structural integrity of the building during demolition and renovation will have to be a high priority. Options for this project will include: 1. Renovate seven rooms within Building 117; 2. Construct an additional workbay in the new facility; 3. Install an automated lubrication dispensing system within the existing building; 4. Add a trench drain around each workbay within new facility; 5. Provide a photovoltaic system to provide 30% of the power consumed by Buildings 117, 663 and the new facility; 6. Install a wash basin within Building 117; 7. Install solar hot water system for hot water supply; 8. Refurbish the existing hangar bay sliding doors; 9. Replace historical window frames and glazing; 10. Construct four eyewash/shower stations in Building 117; 11. Install CMU wall on new facility up to 10 instead of metal frame wall/metal siding; 12. Apply white cementitous epoxy coating to entire existing core slab in hangar bay; 13. Refurbish all walls within hangar bay to include replacing the metal siding, exterior windows and all work relating to the four door pocket sliding panels; 14. Construct a lighting control for existing pole lights in the privately owned vehicle parking lot and install wall-mounted security lights; 15. Install emergency generator; 16. Replace existing lighting in hangar; and 17. Provide compressed air, power and communication drops on one wall in hangar. NOTICE OF INTENT All interested Small Business concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 04 October 2010. This notification, which shall not exceed five typewritten pages, must include a (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Sources Sought Information Request Form, and (3) A listing of projects completed during the past three years, both for government and private industry. The type of project, dollar value, Contract number, location, and Point of Contact are to be included. Indicate if you were prime or subcontractor, and if subcontractor, provide the name and point of contact for the prime contractor. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the contract. In the event adequate Small Business contractors are not available for adequate competition for this project, it will be advertised as unrestricted. Information shall be provided either in writing to CPT Shawn Naito, Purchasing and Contracting Division, 91-1179 Enterprise Ave, Kapolei, HI 96707, or via email to: shawn.naito@us.army.mil. No facsimile responses will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-10-T-0002/listing.html)
- Place of Performance
- Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
- Zip Code: 96707
- Zip Code: 96707
- Record
- SN02279259-W 20100915/100913235430-888f3eccd19dbdafbfa592c4681d30bb (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 |