|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 2,1998 PSA#2107US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort
Shafter, HI 96858-5440 Y -- FY98 MCA PN 44839, WHOLE BARRACKS RENEWAL, DPW SHOP FACILITY
(SECOND PHASE) AND REALIGNMENT OF KOLEKOLE/FOOTE AVENUES, AND BLDG K,
PHASE 1D1, SCHOFIELD BARRACKS, OAHU, HAWAII SOL DACA83-98-B-0006 DUE
072998 POC Lynn Arakaki, Contract Specialist, (808)438-8578 WEB:
Honolulu Engineer District Contracting Home Page,
www.pod.usace.army.mil/ebs.html. E-MAIL: click here to contact contract
specialist via e-mail, lynn.arakaki@poh01.usace.army.mil. Project A:
FY98 MCA PN 44839, Whole Barracks Renewal, Bldg "K", Phase 1D1,
Schofield Barracks, Hawaii. This project consists of construction of
one medium and one large company operations facility (one building with
separate functions). First floor spaces include equipment maintenance,
unit storage, NBC storage, COM storage, arms vault, corridor, stairs,
toilet/showers, janitor's closet, mechanical room, and electrical
room. The second floor spaces include waiting, corridor, stairs,
conference room, platoon offices, TA-50 gear storage, general storage,
office, and storage closets. Covered storage gear wash areas to be
provided for each company operation facility. Sitework includes
demolition, grading, waterlines, sanitary sewer system, storm drainage,
concrete sidewalks, curbs and gutters, and landscaping. This portion of
the project includes an option for maintenance of electrical and
mechanical equipment in Bldg K. The option to be exercised no later
than 45 calendar days from beneficial occupancy ofthe facility. Project
B: FY98 MCA PN 44839, Whole Barracks Renewal, DPW Facility and
Realignment of Kolekole/Foote Avenues, Phase 1D1, Schofield Barracks,
Hawaii. This project consists of construction of two maintenance shop
facilities, hazardous materials storage building, pest control
building, and realignment of Kolekole/Foote Avenues. The first
maintenance shop facility consists of a refrigeration shop, electrical
shop, plumbing shop, locker room, break room, office, library,
compressor room, telecommunication room, sprinkler riser room, and
JSIID. The second maintenance shop consists of maintenance shop, land
management shop, masonry shop, paint shop, locksmith shop, locker room,
break room, office, library, toilets, storage, sprinkler riser room,
and sign shop. Hazardous material shop consists of a facility suitable
for storage of general purpose oxidizers, corrosives,
flammable/combustibles, electric room, sprinkler riser room, and
corridor. The pest control building consists of soiled rooms toilets,
electric room, telecommunications room, mixing room, herbicide storage,
pesticide storage, vehicle room, general-purpose storage, corridor, and
sprinkler riser room. The supporting facilities for the above
facilities includes utilities, electrical service, air conditioning,
interior exterior lighting, fire protection including fire sprinkling,
telecommunications, sidewalks, paving, parking, curbs and gutters,
sanitary-sewer system, storm drainage, landscaping and site
improvements. Work also consists of demolition of several buildings
within the footprint of the new construction. The realignment of
Kolekole and Foote Avenues also includes realignment of Flagler Road
and improvements to Humphrey Road. The work under this portion of the
project includes demolition, grading, waterlines, sanitary sewer
system, storm drainage, concrete sidewalks, curbs and gutters,
bituminous paving, exterior chain link fencing and site improvements.
The estimated construction cost is between $10,000,000 and $25,000,000.
The performance period is 500 calendar days. This is an unrestricted
procurement utilizing Electronic Bid Sets (EBS). Solicitation to be
issued on/about June 19, 1998. Traditional hard copies of plans and
specifications will not be available for this project. Solicitation
documents will be provided on Compact Disks-Read Only Memory
(CD-ROM)for a non-refundable charge of $30.75. Solicitation documents
shall be requested through any of the following methods only: a) mail
requests to: Defense Automated Printing Service, Attn: Army Corps
Solicitation, Box 126, Building 550, Pearl Harbor, Hawaii 96860-5120;
b) via courier service to: Defense Automated Printing Service, Attn:
Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120;
or c) via facsimile (if paying by credit card) to (808) 471-2604.
Requests must state company name, address, telephone number, facsimile
number, solicitation number, project title, and company designation
(prime contractor, subcontractor, supplier, or plan room). Envelope
front must show the solicitation number. Checks shall be made out
payable to the U.S. Treasury. Provide separate check for each project
requested. Checks containing payment for multiple projects will be
returned to requestor without action. Facsimile requests must state (1)
the above required company information, and (2) cardholder's name,
account number, and card expiration date. VISA and MasterCard are the
only credit cards accepted. Firms requesting air express service shall
furnish completed airbills showing recipient's name, company name,
telephone number, company billing account number, and type of delivery
required. Firms with foreign delivery addresses shall provide
completed commercial or corporate invoices in addition to the completed
airbills. Failure to supply completed airbills and commercial or
corporate invoices (if applicable) will result in solicitation
documents being sent via regular US mail. Failure to provide any of the
foregoing information, documents, and/or payment may delay mailing of
solicitation documents. SUMMARY: 1. Send all requests and payments to
the Defense Automated Printing Service (DAPS) as addressed above. Do
not send to the U.S. Army Engineer District, Honolulu. 2. Solicitation
documents will no longer be available for purchase over the counter
from the U.S. Army Engineer District, Honolulu. 3. Provide separate
check for each project requested. Make checks payable to the U.S.
Treasury. 4. DAPS will accept requests for solicitation documents via
mail, courier service, or facsimile in accordance with the above
instructions. Solicitation documents are not available for purchase or
pick-up over the counter at DAPS. 5. Allow up to five days from the
date DAPS receives requests for solicitation documents to be mailed
out. 6. Address inquiries regarding issuance of solicitations,
amendments, and plan holder listings to DAPS at (808) 471-0451. Address
technical and all other inquiries to the points of contact identified
in this document. Firms with internet access are requested to obtain
planholder listings from DAPS website
http://www.hawaii.wnbt.daps.mil/ARMY/corps.htm. Project information, to
include Bid Opening Dates, can be obtained from the Honolulu Engineer
District website http://www.pod.usace.army.mil/ebs.html. (0149) Loren Data Corp. http://www.ld.com (SYN# 0118 19980602\Y-0014.SOL)
Y - Construction of Structures and Facilities Index Page
|
|