Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOURCES SOUGHT

Z -- REPAIR ROOF AT B3415, Hawaii Air National Guard, JBPHH, HI

Notice Date
6/17/2024 6:38:52 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M4 USPFO ACTIVITY HIANG 154 HONOLULU HI 96816-4495 USA
 
ZIP Code
96816-4495
 
Solicitation Number
W50SLF-24-X-10HP
 
Response Due
6/24/2024 2:00:00 PM
 
Archive Date
07/09/2024
 
Point of Contact
Warren Sabugo, Phone: 8088446421
 
E-Mail Address
warren.m.sabugo.civ@army.mil
(warren.m.sabugo.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
REPAIR ROOF AT B3415, Hawaii Air National Guard, JBPHH, Hickam AFB, HI 96853 Category: Z2EB-REPAIR OR ALTERATION OF MAINTENANCE BUILDINGS Potential Sources Sought Date Published: June 17, 2024 Contact: Purchasing & Contracting Division, USPFO-HI, 91-1179 Enterprise Ave, Bldg. 117, Kapolei, HI 96707-2150 P.O.C.: Warren M. Sabugo Synopsis: REPAIR ROOF AT B3415, Hawaii Air National Guard Campus, JBPHH, Hickam AFB, HI. The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Service-Disabled Veteran-Own Small Business (SDVOSB) sources. This notice is for planning purposes only. All interested parties should respond. Hawaii Air National Guard Base, JBPHH-HI, 96853 intends to issue a solicitation and award of a contract to REPAIR ROOF AT B3415. The magnitude of this project is between $100,000 and $250,000 Project square footage is estimated at approximately 40,600 sf of 22-gauge metal roofing system with 36 corrugated polycarbonate skylight roof panels. The skylight panels are approximately 5 ft wide by 15 ft long. �Work covered in this project includes but is not limited to repair of roof at B3415. In addition to a base price for the work described above the solicitation includes Government Options for this project: 1. Replace 15 high bay LED lights; The current light fixtures are obsolete. The Contractor shall replace the current light fixture with LEDVANCE - LED UFO HIGH BAY (62694). 2. Replace 20 high bay LED lights; The current light fixtures are obsolete. The Contractor shall replace the current light fixture with LEDVANCE - LED UFO HIGH BAY (62694).� Interested offerors are notified and cautioned that contractors may need to demonstrate technical capability with construction on an island environment or other remote geographic location with logistic concerns and tying into an existing facility without interruption to operations. Additionally, contractors may need to demonstrate technical capability with metal roof construction/repair work. All interested concerns will provide this office, in writing, a notice stating their positive intent to submit a proposal as a prime contractor no later than 22 June 2024. NAICS Code 236220 applies to this project.� Please complete/submit the�Sources Sought Information Request Form (See attached). This notification, which shall not exceed fifteen (15) typewritten pages, must include (1) positive statement of intent to bid as a prime contractor, and (2) a completed and signed Source Sought Information Request Form and (3) A listing of projects completed during the past three years for both Federal, State, Local and private commercial industry; Include the following information for each project listed: the type of project, The total dollar value, the contract number, the location of performance, and the Point of Contact for owner/client, and if the construction on an island environment or similar location with remote logistic concerns and if the construction required tying into an existing facility without interruption to operations. Indicate if your firm was a prime or subcontractor during performance of the listed project, and if your firm was a subcontractor provide the name and point of contact information for the prime contract holder, and (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project and (5) current SBA � Veteran Small Business Certification Program (VetCert) certification letter and (6) Documentation of adequate financial resources: Provide letters of reference from financial institution(s) concerning credit worthiness. Provide signed letters from bonding companies indicating capability to bond to the maximum project magnitude value for this intended solicitation. Note: Bonding companies executing the bond as sureties must appear on the Department of the Treasury�s list of approved sureties and must act within the limitations listed therein. In the event adequate SDVOSB contractors are not available for adequate competition for this project, it may be advertised as SDVOSB sole source or small business set-asides. Information shall be provided via email to: warren.m.sabugo.civ@army.mil . Include the following in the subject line ""Sources Sought W50SLF-24-X-10HP. No facsimile responses will be honored. Your attention is directed to FAR Clause 52.219-14(e)(3) LIMITATIONS ON SUBCONTRACTING, General Construction, which states, ""By submission of an offer and execution of a contract, the Contractor agrees that in performance of the contract assigned a North American Industry Classification System (NAICS) code for in the case of a contract for General construction, the concern will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded, applies to this project if set aside for small business.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/de8e20dc4f224dc29a0dfada83605b65/view)
 
Place of Performance
Address: JBPHH, HI 96853, USA
Zip Code: 96853
Country: USA
 
Record
SN07100111-F 20240619/240617230121 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.