COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 4, 2000 PSA #2699
SOLICITATIONS
Z -- FY01 MCP KNMD983001, UPGRADE HANGAR COMPLEX, HICKAM AIR FORCE BASE, OAHU, HAWAII
- Notice Date
- October 2, 2000
- Contracting Office
- US Army Engineer District, Honolulu, Building 230, Attn: CEPOD-CT, Fort Shafter, HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- DACA83-00-R-0062
- Response Due
- December 4, 2000
- Point of Contact
- Point of Contact is Contract Specialist, Renee Hicks (808)438-8567
- E-Mail Address
- click here to contact the contract specialist via (renee.hicks@usace.army.mil)
- Description
- FY01 MCP KNMD983001, Upgrade Hangar Complex, Hickam Air Force Base, Oahu, Hawaii. The scope of the work is to upgrade existing fixed prife suppression and detection systems currently serving Building 1055 (Hangars 34 and 35). The mechanical and fire protection systems upgraded as part of this project include providing a new fixed wet-pipe fire protection system throughout Hangar 34 in accordance with NFPA 13 to include fire protection systems for all office spaces, shops, and storage areas throughout Hangar 34; upgrading the existing deluge water system serving the aircraft servicing docks in Hangar 35 in accordance with the latest ETL 98-8 requirements including renovations to the existing pump house and installing new fire pumps to replace the existing fire pumps; constructing new floor drainage and retention system to serve the aircraft hangars for the removal of fuel spills or draining of the water during emergency activation of the wet deluge system; and providing miscellaneous upgrades including installation of utility islands for power and compressed airlines, and providing fire dampers and sealing of mechanical openings in ductwork penetrating the separation wall between Hangars 34 and 35. . The estimated construction cost is between $1,000,000.00 and $5,000,000.00. Performance and payment bonds will be required for this project. Selection will be based upon evaluation factors which include (a) past performance and (b) price. This is an unrestricted procurement to be issued O/A November 3, 2000, utilizing Electronic Bid Sets (EBS). 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 $67.92. Solicitation documents shall be requested through any of the following methods only: a) mail requests to: Defense Automated Printing Service, Attn: Army Corps Solicitation, 1025 Quincy Ave. Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service (Fedex, UPS, etc.)to: Defense Automated Printing Service, Attn: Army Corps Solicitation, Pearl Harbor Naval Base Building 550, Pearl Harbor, Hawaii 96860; or c) via facsimile (if paying by credit card) to (808) 473-2604. 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 Superintendent of Documents. 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. Solicitation documents are not available for purchase or pick-up over the counter at DAPS. Please allow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-0451. Address technical and all other inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder 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.poh.usace.army.mil/pohct. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
- Web Link
- Honolulu Engineer District Home Page (http://www.poh.usace.army.mil)
- Record
- Loren Data Corp. 20001004/ZSOL008.HTM (W-276 SN503165)
| Z - Maintenance, Repair or Alteration of Real Property Index
|
Issue Index |
Created on October 2, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|