Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2011 FBO #3408
SOLICITATION NOTICE

Y -- FY11 MCA PN 52269, Quad D, Whole Barracks Renewal, Phase 3B, Buildings 450 and 451, Schofield Barracks, Oahu, Hawaii

Notice Date
3/23/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-10-R-0017
 
Response Due
5/9/2011
 
Archive Date
7/8/2011
 
Point of Contact
Jennifer Ko, 808-438-8564
 
E-Mail Address
USACE District, Honolulu
(jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an unrestricted procurement. This project requires design and construction of a 291 PN unaccompanied enlisted personnel housing (UEPH). The following Primary Facility Scope totaling is includes: Renovate Barracks Building (170,941 SF); Chiller Plant (2,670 SF); Lead Paint Abatement (173,611 SF); Asbestos Tile Removal (173,611 SF); and Transite Panel Removal (52,083 SF). Lead paint and asbestos removal will be required. For historical preservation purposes, maintaining the architectural character of all buildings will be emphasized. The renovation of the existing buildings will include structural upgrades to meet current standards of Antiterrorism Force Protection (AT/FP) and seismic codes. The ATFP cost in the primary facility includes replacement of glazing for all exterior windows and exterior glazed doors with laminated glass. The ATFP cost in the supporting facility includes provisions for entry control barriers into parking and service entrances. Supporting facilities include mechanical central plant in building B450 and associated utilities for the whole Quad. Supporting facilities include water, sanitary sewer, storm drainage, sub-drainage, electric service; fire protection and alarm systems and information systems associated with the facilities. Access for persons with disabilities will be provided in public areas. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be included. Air Conditioning (Estimated 121 Tons). The Contractor's design team must be able to meet LEED Silver certification or better for the design and construction of this facility. Estimated cost is between $25,000,000 and $100,000,000. Non price evaluation factors of this lowest priced technically acceptable source selection process will be: (a) experience, (b) past performance, and (c) small business program, past performance in complying with small business subcontracting plan. Traditional hard copies of plans and specifications will NOT be available for this solicitation. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov/ on or about 8 April 2011. Offerors must be registered in FedBizOps to view/download plans and specifications. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. It is the offeror's responsibility to check for any posted changes to the solicitation. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov. It is the offeror's responsibility to check for any posted changes to the solicitation. All offerors are encouraged to visit the FedBizOpps website to view other business opportunities. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-R-0017/listing.html)
 
Place of Performance
Address: USACE District, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
 
Record
SN02407036-W 20110325/110323234046-407d1f8a484d33cf0f6f10a0eb6f33c0 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.