Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2003 FBO #0724
SOLICITATION NOTICE

Y -- FY03 DAR Replacement Buildings at Saddle Road, Pohakuloa Training Area, Island of Hawaii, Hawaii

Notice Date
11/19/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-04-B-0001
 
Response Due
1/6/2004
 
Archive Date
3/6/2004
 
Point of Contact
Jennifer Ko, 808-438-8584
 
E-Mail Address
Email your questions to US Army Corps Of Engineers, Honolulu
(jennifer.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This solicitation is unrestricted. The North American Industry Classification Code for this acquisition is 236220. FY03 DAR Replacement Buildings at Saddle Road, Pohakuloa Training Area, Island of Hawaii, Hawaii. Work consist of modified design and cons truction of four (4) billets and one (1) 64' x 64' Recreation Center at Pohakuloa Training Area, Hawaii. Recreation Center will be primarily used by military personnel for indoor recreational purposes and as a social/meeting type facility. Design allows for subdividing the multipurpose area into two rooms via a folding partition. The facility provides a kitchen area, storage rooms, restrooms, outside lanai, air conditioning, and appropriate utilities. Exterior wall is split-faced CMU and shadow-block CM U with sloping standing seam metal roofing. The roof rafters are heavy timber exposed beam and exposed 2x6 T&G wood decking. Construct four (4) billets as sited on the location plan and numbered 1, 2, 3, and 4, that will function as sleeping quarters for military personnel. The optional bid items for the billet are numbered 5, 6, 7, 8, etc. Each billet 30480 mm X 6096 mm has a reinforced concrete slab on vapor barrier and cushion fill with 24 inch deep compacted structural fill along the perimeter walls as defined in the structural plans. The walls are 190mm reinforced CMU with splitface on the exterior and smooth on the inter ior side with aluminum sliding windows. A skim-coat plaster surface will be placed on the interior wall. The roof is pre-engineered roof trusses with thermal insulation and standing seam metal roofing. Includes SS gutters with PVC downspouts. Also inclu des exterior chain link fence enclosure with gate for heat pump units on concrete pad. The covered lanai connecting the billets shall be constructed as detailed and the wall closures at lanai connections shall be incidental to the various contract items b ased on the award of the options. Solicitation to be issued on or about December 5, 2003, utilizing Electronic Bid Sets (EBS). The estimated cost of the proposed project is between $1,000,000 to $5,000,000. Traditional hard copies of plans and specifications will not be available for thi s 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: Document Automation & Production Service (DAPS), Attn: Army Corps Solicitation, 1025 Quincy Avenue, Suite 200, Pearl Harbor, Hawaii 96860-4512; b) via courier service to: DAPS, Attn: Army Corps Solicitation, Building 550, Pearl Harbor, Hawaii 96860-5120; 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 payable to Superintendent of Documents. 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 fore ign 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 se nt via regular U. S. 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 DAPS 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, nor will they be available for purchase or pick-up over the counter at DAPS. 3. All ow up to five days from the date DAPS receives requests for solicitation documents to be mailed out. 4. Address inquiries regarding issuance of solicitations, amendments, and plan holder listings to DAPS at (808) 473-4960. Address technical and all othe r inquiries to the points of contact identified in this document. Firms with Internet access are requested to obtain plan holder listings from DAPS website at https://www.pacific.daps.dla.mil/da8/jsp/PlanHoldersListArmy.htm. Project information can be obtained from the Honolulu Engineer District Contracting website at http://www.poh.usace.army.mil/pohct/contracting.asp. Small, small disadvantaged and women-owned small business concerns are encourage to participate as prime co ntractors 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 wo men-owned small business concerns in accordance with the provisions of Public Law 95-507.
 
Place of Performance
Address: US Army Corps Of Engineers, Honolulu Building 230, Fort Shafter HI
Zip Code: 96858-5440
Country: US
 
Record
SN00472781-W 20031121/031119212338 (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.