Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2010 FBO #3053
MODIFICATION

Y -- FY10 MCA PN 69521, Warriors in Transition (WT) Barracks and FY10 MCA PN 71553 WT Complex, Schofield Barracks, Oahu, Hawaii

Notice Date
4/2/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Honolulu, Attn: CECT-POH, Building 230, Fort Shafter, Hawaii, 96858-5540, United States
 
ZIP Code
96858-5540
 
Solicitation Number
W9128A-10-R-008
 
Point of Contact
Joseph R. Scanlan, Phone: 808-438-7381, Dayna N. Matsumura, Phone: 808-438-8567
 
E-Mail Address
joseph.r.scanlan@usace.army.mil, Dayna.N.Matsumura@usace.army.mil
(joseph.r.scanlan@usace.army.mil, Dayna.N.Matsumura@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation number should be: W9128A-10-R-0008 Response date is an estimated date. Construct a new standard design 120 person (PN) Warriors in Transition (WT) barracks, central plant and supporting facilities; and a standard design Warrior in Transition (WT) Complex including Warrior in Transition Administrative and Operations Facility, Soldier and Family Assistance Center (SFAC) and supporting facilities. The barracks will include special foundations, building information systems, connection to an Energy Management Control System (EMCS), Fire/Smoke Detection/Enunciation/Suppression Systems and connections to the installation central systems. The complex will include a Warrior in Transition Administrative and Operations Facility, Soldier and Family Assistance Center (SFAC), building information systems, installation of Intrusion Detection System (IDS), connection to an Energy Management Control System (EMCS) and Fire/Smoke Detection/Enunciation/Suppression Systems and connections to the installation's central systems. Heating and Air Conditioning will be provided by connecting to Central Plant. Provide Antiterrorism/Force Protection Conditioning will be provided by connecting to Central Plant. Provide Antiterrorism/Force Protection (AT/FP) measures. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be included. Supporting facilities include site work, all necessary utilities, lighting, information systems, parking, sidewalks, roads, curbs and gutters, storm drainage, site accessories, landscaping, and other site improvements. Force protection measures include building access control, surveillance and mass notification systems, minimum standoff distances, bollards, area lighting and barrier landscaping, special windows and doors. Access for individuals with disabilities will be provided. Comprehensive building and furnishing related interior design services are required. The project is a design-build project. It is a two phased solicitation. The Government anticipates solicitation on or about 28 May 2010. No documents are available for posting at this time. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-02 00:21:39">Apr 02, 2010 12:21 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-04-02 14:31:11">Apr 02, 2010 2:31 pm Track Changes The U.S. Army Corps of Engineers, Honolulu District, intends to award on a sole source basis a firm fixed priced purchase order for Kaba Ilco lock systems for an estimated total amount of $300,000 to $350,000. In accordance agency directives, the U.S. Army Garrison-Hawaii has implemented a plan to ensure consistency, compatibility, and sustainability for lockset systems, minimize/consolidate spare parts and stock, and establish a team of well trained maintenance experts. The name specific use of Kaba Ilco standard locks will enable management and maintenance of building security and performance of locks and key maintenance throughout all Army Installations under the US Army Garrison-Hawaii. This notice is neither a request for competitive proposals nor a solicitation of offers. A determination not to compete this proposed requirement is solely at the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Statements of interest are due by 2:00 p.m. HST on May 5, 2010. Electronic submissions are acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-10-R-008/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Honolulu, Fort Shafter, Hawaii, 96858, United States
Zip Code: 96858
 
Record
SN02111419-W 20100404/100402235212-b12c6304f94c57a091369031fb2fdef7 (fbodaily.com)
 
Source
FedBizOpps 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.