Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2003 FBO #0556
SOLICITATION NOTICE

Z -- FY03 OMA Pkg A-124, Renovate Building 500, Schofield Barracks, Oahu, Hawaii

Notice Date
6/6/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Honolulu - Military, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
DACA83-03-R-0025
 
Response Due
7/28/2003
 
Archive Date
9/26/2003
 
Point of Contact
Sharon Jantoc, 808-438-8578
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu - Military
(sharon.j.jantoc@poh01.usace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA FY03 OMA Pkg A-124, Renovate Building 500, Schofield Barracks, Oahu, Hawaii. This three-story, 27,900 square foot building will be renovated to house the 2nd Brigade Headquarters and 3rd Brigade Headquarters. Work will be performed in about 9 separate phases to accommodate occupants-in-bldg during the renovation work. All telecom m, telephone, electrical, water, sewer and air-conditioning services will need to be kept fully operational for the respective occupied spaces, as work is ongoing in other areas. Project is anticipated to be high visibility, and occupant-sensitive due to the functions of a brigade headquarters. The project schedule will be critical and needs to be developed in adequate detail for timely and strict adherence. Other contracts to perform occupant moves and comm preparations between work phases will be based on this schedule. Construction work involves demolition of all non-structural interior walls; installation of new GWB walls; replacement of interior ceilings with new suspended acoustic ceilings; all new interior flooring; new fire sprinkler system; new fire alarm system; upgrading air conditioning/ventilation system; upgrading plumbing for resource conservation and ADA requirements; all new interior lighting and controls, etc. Construction will require work within areas that contain significant quantiti es of hazardous materials. Construction will require abatement or encapsulation of these materials, in accordance with all federal and state regulations. Contractor must use a network analysis system capable of electronic transmission via Standard Data E xchange Format, and must conduct Contractor Quality Control (CQC) using electronic data submission via the US Army Corps of Engineers Quality Control System (QCS). The estimated cost of the proposed project is between $1 Million to $5 Million. Selection will be based upon the Lowest Priced Technically Acceptable evaluation method and may utilize the following evaluation factors, which include (a) past performance, on occupied and phased renovation construction (b) experience, working knowledge of how to a pply a network analysis system, such as Primavera to a multi-phase project, capability to do Standard Data Exchange Format (SDEF) scheduling and QCS data input/transfers. (c) price. The technical and price proposals will be handled in two steps for this firm fixed price, lowest price technically acceptable (LPTA) source selection process. Technical proposals will be turned in at the Step 1 proposal due date. Final designs will be issued in a post-closing amendment prior to submission of price proposals. ONLY those offerors with technically acceptable proposals will be offered an opportunity to submit a price proposal at the Step 2 proposal due date which will be identified by a post-closing amendment. Solicitation to be issued O/A June 25, 2003. 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) at a non-refundable charge of $67.92. Solicitation documents shall be requested through any of t he following methods only: a) mail requests to: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Ave, Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service (Fedex, UPS, etc.) to: Document Automatio n & Production Service (DAPS), Attn: Army Corps Solicitation, 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, solic itation 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 f or each project requested. Checks containing payment for multiple projects will be returned to requestor without action. Facsimile requests must state (1) 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 reque sting 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 address 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 fo regoing 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 s olicitation documents to be mailed out. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all other inquiries to the points of contact identified in this announcem ent. 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 proposal closing dates, can be obtained from the Honolulu Engineer District we bsite http://www.poh.usace.army.mil/pohct.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu - Military Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00341840-W 20030608/030606213503 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.