Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2019 FBO #6356
SOURCES SOUGHT

Y -- Repair Building 3004, Schofield Barracks, Hawaii

Notice Date
4/17/2019
 
Notice Type
Synopsis
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Attn: CECT-POH Building 230 Fort Shafter HI 96858-5540
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-19-Z-0006
 
Response Due
5/7/2019
 
Point of Contact
Colin Waki, Contract Specialist, Phone 808-835-4393, - Kent Tamai, Contracting Officer, Phone 808-835-4377, Fax 808-835-4396
 
E-Mail Address
colin.k.waki@usace.army.mil, kent.a.tamai@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 PROPOSAL, QUOTATION, OR INVITATION FOR BID.The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from Prime Contractors AND Subcontractors interested in performing work on a potential design-bid-build construction solicitation for Repair Building 3004, Schofield Barracks, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Repair Building 3004, Schofield Barracks, Hawaii This project consists of repairing or replacing deteriorated and failing building components. First floor includes repair of existing interior walls, repair of failing Heating Ventilation and Air Conditioning system, lighting, electrical wiring and conduits, communication, fire alarm, plumbing to support two Company Headquarters. Existing first floor to be repaired to accommodate two (2) Company Operations Facilities (COFs). Two arms vaults will be repaired on the first floor. Second and third floors repairs will include repairing failing window unit air conditioning, lighting, electrical, communication, fire alarm, plumbing, and roofing. Structural repairs to the entire building include floor framing strengthening to support code prescribed live loads; beams, columns, and foundation strengthening to meet seismic life-safety performance levels. The concrete floor will be repaired and steel beams will be designed to carry the load demand from the existing floor beams, and repair the overall gravity load capacity in the floor repair areas. New floor openings will be made to relocate stair shafts and install a new elevator. Existing failed or failing windows will be repaired with blast rated glazing systems that respect historic aesthetics. Supplemental structural steel framing (vertical mullions, heads, and sills) will be required. Existing aged plumbing fixtures, piping and existing hot water system will be repaired. Existing failed or failing flooring, wall partitions, ceilings, doors and windows will also be repaired. Surfaces will be patched, repaired and repainted. Existing failed and failing air cooled chillers, piping, fan coil units, and other mechanical equipment and appurtenances will be repaired. Incidental lead based paint, asbestos containing material (ACM) and light fixture removal are included. Personnel are not exposed directly to ACM and all safety precautions will be followed. Failed or failing light fixtures, suspended ceilings, electrical power and communication systems will be repaired. Fire protection and mass notification systems/alarms will be repaired or installed to meet current Life Safety Code and base physical security requirements. Failing exterior finishes will require repainting and minor repair to spalled concrete. The estimated performance of period is 24 to 36 months. Magnitude is $25M to $50M. Interested Prime Contractors should submit the following: a. Narrative demonstrating design-bid-build experience that are similar in size, scope, complexity, and/or magnitude. b. Project site was located at a discrete location. Discrete means an island surrounded by water and the shipment of supplies and materials are made either by air or by ocean / sea transportation. c. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by 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. Interested Small Business Subcontractors should submit the following: a. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. b. The size of the crew(s) available to perform work. c. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business d. DUNS/CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. Email responses are required. Responses are to be sent via email to colin.k.waki@usace.army.mil no later than May 7, 2019, 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-19-Z-0006/listing.html)
 
Place of Performance
Address: Building 3004 Schofield Barracks, HI
Zip Code: 96857
Country: US
 
Record
SN05284509-F 20190419/190417230027 (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.