Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
MODIFICATION

Y -- FY15 PN70668 U.S. Army Pacific (USARPAC) Command and Control Facility (C2F), Phase 3, Fort Shafter, Oahu, Hawaii - FOUO Unclassified

Notice Date
12/21/2016
 
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-17-R-0001
 
Point of Contact
Dayna N. Matsumura, Phone: 808.835.4379, Jennifer Ko, Phone: (808)438-8564
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil
(Dayna.N.Matsumura@usace.army.mil, jennifer.i.ko@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Unclassified Information Non-Disclosure Agreement This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled, "FY15 PN70668 U.S. Army Pacific (USARPAC) Command and Control Facility (C2F), Phase 3, Fort Shafter, Oahu, Hawaii" as described within this announcement. The Government intends to issue a formal solicitation via a Best Value / Trade-off Request for Proposal (RFP) in accordance with FAR Part 15, which will follow this announcement. The solicitation will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov/. It is the Offerors responsibility to check for any posted changes to the solicitation. This procurement will require interested Prime Contractors to sign and return the following by January 6, 2017 at 2:00 p.m., Hawaii Standard Time: 1) Completed and signed Unclassified Information Non-Disclosure Agreement; and 2) Completed and signed Instruction for Handling and Dissemination of For Official Use Only (FOUO) Information. The RFP includes contract plans, specifications, and drawings that are FOUO/Unclassified which will be released only to Offerors the provide items 1 through 3 above in PDF format on one (1) CD, and two (2) hard copies (1 original and 1 copy). All material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). No sensitive documents pertaining to this construction project are included in the solicitation. Offerors that provide the items 1 and 2 above, will be invited to submit a Technical Proposal which will be evaluated in strict compliance with the solicitation requirements. Offerors will have a minimum of 30 calendar days to provide a proposal in response to the solicitation. The North American Industry Classification Code (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction). The small business size standard for this NAICS code is $36,500,000 average annual revenue. The Government intends to award a firm-fixed price construction contract as a result of this solicitation. Project Description: This design-bid-build project is new construction of multiple multi-story (4 stories or higher) with the following types of buildings: Sensitive Compartmentalized Information Facility (SCIF), Command Building, and Support Operations Buildings. The project includes construction of administration and special use spaces divided into specified security zones. This project is located in confined area and will be adjacent to on-going construction. Facility construction includes redundant mechanical and electrical systems with backup power for designated areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring connection. Sustainable Design and Development and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utility tunnel, utilities and connections, lighting, paving, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Air conditioning will be provided by connection to the complex central utility plant. Access for individuals with disabilities will be provided. This is an incrementally funded project (5 increments). Place of Performance: Fort Shafter, Oahu, Hawaii. The performance of period is 1,466 calendar days. The project magnitude is $250,000,000 to $500,000,000. An organized site visit will be conducted for the invited Offerors at a date and time that is to be determined. It is anticipated that the procurement will be evaluated on the following factors: (a) Experience; (b) Past Performance; (c) Management Plan; (d) Bonding Capability; and (e) Price. Proposals will be evaluated to determine which Offeror provides the best value to the Government utilizing Best Value / Trade-Off selection procedures. The Government intends to award to the Offeror whose proposal is determined to be the best value for the Government. Offerors must have and/or maintain an active registration with the System Award Management (SAM) website. To register in SAM, got to http://www.sam.gov. All Offerors are encouraged to visit fbo.gov website to view other business opportunities. All interested prime 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-17-R-0001/listing.html)
 
Place of Performance
Address: Fort Shafter, Hawaii, 96858-5440, United States
Zip Code: 96858-5440
 
Record
SN04357087-W 20161223/161221234254-930c0ab5136391d0817b508412ed5195 (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.