SOURCES SOUGHT
Y -- Quad A, Building 131 and Central Utility Plant (CUP), and Buildings 130 and 132, Schofield Barracks, Hawaii
- Notice Date
- 4/18/2019
- 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-0007
- Response Due
- 5/9/2019
- 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 Quad A, Building 131 and Central Utility Plant (CUP), and Buildings 130 and 132, Schofield Barracks, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: Quad A, Building 131 and CUP, and Buildings 130 and 132, Schofield Barracks, Hawaii This project consists of repairing failing building components, including air conditioning, lighting, electrical, plumbing, and fire protection systems. Failed or failing air conditioning, deteriorated and missing light fixtures will be replaced. Failed or failing electrical power and communication systems will be repaired to provide reliable power and connectivity. Failed or failing plumbing fixtures and piping will be repaired by replacement. Failed or failing flooring, walls, ceilings, doors, windows and fire protection system/alarm will be repaired or repaired by replacement. Damaged interior and exterior surfaces will be patched, repaired and repainted. Incidental lead based pain and asbestos removal are included. Interior repairs shall include new space plan for barracks and administrative areas, repair to circulation corridors and demolition of existing failing and/or obsolete mechanical, plumbing, electrical, and information system support components. Exterior repairs shall include repair by replacement of failed doors and windows, repainting, and roof repairs. Hazardous materials shall be removed in accordance to federal and state requirements. Repairs shall meet minimum Anti-Terrorism and Force Protection (ATFP) requirements. This project also includes the construction of a new central utility plant, approximately 2,500 SF in size, located outside on the campus grounds. This new plant will house the air conditioning and plumbing equipment that will serve the repaired buildings on A Quad including chillers, water pumps and condenser water pumps. Associated work includes domestic water, drainage, electrical, mechanical, and fire protection system service connections and supporting facilities. Minor grading, landscaping is also required. The existing parking lot will also be repaired. The estimated performance of period is 24 to 36 months. Magnitude is $50M to $100M. 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 $50M and aggregate of at least $100M 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 9, 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 (18-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-0007/listing.html)
- Place of Performance
- Address: Buildings 130, 131 and 132 Schofield Barracks, HI
- Zip Code: 96857
- Country: US
- Zip Code: 96857
- Record
- SN05285850-F 20190420/190418230030 (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 |