Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
MODIFICATION

Y -- FY15 MCA PN70668 USARPAC Command and Control Facility (C2F) Phase 3, Fort Shafter, Oahu, Hawaii

Notice Date
11/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-16-Z-0010
 
Archive Date
11/30/2016
 
Point of Contact
Dayna N. Matsumura, Phone: 808.835.4379, Jennifer Ko, Phone: (808)438-8564
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY15 MCA PN70668 USARPAC Command and Control Facility (C2F) Phase 3, Fort Shafter, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: FY15 MCA project consists of a Secure Operations Building (including a SCIF - Sensitive Compartmented Information Facility), Command Building, and Support Operations Building. This project includes construction of administrative and special use spaces divided into specified security zones. Facility construction includes redundant mechanical and electrical systems with backup power for designated areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring connection. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utility tunnel, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Air conditioning will be provided by connection to the complex central utility plant. Access for individuals with disabilities will be provided. This is an incrementally funded project (5 increments). Estimated cost of construction is $250M to $500M. Interested PRIME CONTRACTORS should submit the following: a. Prime contractor can confirm it has documentation (DD Form 254) of a Facility Clearance (FCL) of Confidential or higher in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Secuirty Regulation (DoD 5220.22-4); or if it has a FCL of Confidential or higher that has expired within the last 3 years. b. Narrative demonstrating design-bid-build experience in similar type of work. c. Bonding capability for a single contract action of at least $275M and aggregate of the interested prime contractor. d. DUNS/CAGE CODE, Expiration date in SAM.GOV. e. Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR PART 19. Narratives shall be no longer than two (2) pages. Email responses are required. Responses are to be sent via email to dayna.n.matsumura@usace.army.mil and jennifer.i.ko@usace.army.mil no later than November 15, 2016, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM/ for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-16-Z-0010/listing.html)
 
Place of Performance
Address: Fort Shafter, HI, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN04321414-W 20161109/161107233845-1cd93f75101d5cf4eceb9365853dd1ff (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.