Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
MODIFICATION

Y -- Construction and Alteration of Structures and Facilities for PN 150077 Combined Support Maintenance Shop (CSMS #1) Phase # 2.

Notice Date
6/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
 
ZIP Code
96707
 
Solicitation Number
W912J6-11-R-0002
 
Response Due
6/23/2011
 
Archive Date
8/22/2011
 
Point of Contact
manuel llanes, Phone: 808-844-6335, Jesse San Nicolas, Phone: 808-844-6338
 
E-Mail Address
manuel.llanes@us.army.mil, jesse.sannicolas1@us.army.mil
(manuel.llanes@us.army.mil, jesse.sannicolas1@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Hawaii, located at Kalaeloa, Oahu, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of Combined Support Maintenance Shop (CSMS #1); Phase # 2, Kalaeloa (Kapolei), HAWAII. Project to be LEEDR Silver Certified. Construction services will consist of the construction of Administrative rooms, work bays, paint, body, machine and welding shops, parts storage, break rooms and bathrooms all of which will be located at the (HIARNG) Hawaii Army National Guard facility on the old Barbers Point Naval Air Station now Kalaeloa. The CSMS provides direct/general support maintenance and services to all supported units and accomplish repairs or rebuilds components on all end items of equipment. Some of the integral systems found in a CSMS facility to help fulfill their requirements to maintain the HIARNG equipment are air lines, lubrication dispensers, computer drops, telecommunication, mechanical ventilation for specified shops and overhead cranes. The existing buildings to be renovated (Building 117 and Building 663) are eligible for the National Register of Historic Places (NRHP) and certain precautions must be used to ensure the buildings' character are preserved. Matching the existing materials (color, design, etc.) is crucial. A number of windows will be replaced and glazed to meet State Historic Preservation Office and Anti-Terrorism/Force protection standards. Particular care to maintain structural integrity of the building during demolition and renovation will have to be a high priority. In addition to the base project renovation requirements the following options will be part of the solicitation. Options for this project will include: 1. Renovate seven rooms within Building 117; 2. Construct an additional work bay in the new facility; 3. Install an automated lubrication dispensing system within the existing building; 4. Add a trench drain around each work bay within new facility; 5. Provide a photovoltaic system to provide 30% of the power consumed by Buildings 117, 663 and the new facility; 6. Install a wash basin within Building 117; 7. Install solar hot water system for hot water supply; 8. Refurbish the existing hangar bay sliding doors; 9. Replace historical window frames and glazing; 10. Construct four eyewash/shower stations in Building 117; 11. Install CMU wall on new facility up to 10 instead of metal frame wall/metal siding; 12. Apply white cementitious epoxy coating to entire existing core slab in hangar bay; 13. Refurbish all walls within hangar bay to include replacing the metal siding, exterior windows and all work relating to the four door pocket sliding panels; 14. Construct a lighting control for existing pole lights in the privately owned vehicle parking lot and install wall-mounted security lights; 15. Install emergency generator; 16. Replace existing lighting in hangar; and 17. Provide compressed air, power and communication drops on one wall in hangar. Magnitude of the project is between $25,000,000 and $100,000,000. Construction/contract completion time is anticipated to take approximately 540 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 237990. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The tentative date for issuing the solicitation is on or about June 20, 2011. The tentative date for the pre-proposal conference is on-or-about July 05, 2011, 9:00 a.m (HST) at USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI 96707. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about August 01, 2011. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 5 business days. PLAN ACCORDINGLY). All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); 2) DUNS Number and CAGE Code; 3) Telephone Number; 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at Kalaeloa (Kapolei), Hawaii. This Contract is Subject to availability of funds and no Contract Award will be made until funds become available. Contracting Office Address: USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707 Place of Performance: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI 96707 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-11-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
Zip Code: 96707
 
Record
SN02462055-W 20110604/110602234309-9de7fe787450223d63b8c02cc5371489 (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.