Hawaii Bids > Bid Detail

WEST MAUI TEMPORARY SCHOOL FACILITIES

Agency:
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159028543648579
Posted Date: Sep 23, 2023
Due Date: Sep 29, 2023
Source: https://sam.gov/opp/006c5ef0a2...
Follow
WEST MAUI TEMPORARY SCHOOL FACILITIES
Active
Contract Opportunity
Notice ID
W9126G23R4000
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SWD
Office
US ARMY ENGINEER DISTRICT GALVESTON
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
  • Original Published Date: Sep 23, 2023 07:20 am HST
  • Original Response Date: Sep 29, 2023 02:00 pm HST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 14, 2023
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238990 - All Other Specialty Trade Contractors
  • Place of Performance:
    HI
    USA
Description

REQUEST FOR INFORMATION



WEST MAUI TEMPORARY SCHOOL FACILITIES



PURPOSE OF THIS ANNOUNCEMENT: This notice constitutes a Sources Sought/Request for Information (RFI) only. This announcement seeks information from the industry and will ONLY be used for preliminary planning and market research purposes. THIS IS NOT A SOLICITATION NOTICE. No proposals are being requested or accepted with this RFI. All information contained in this RFI is preliminary and is subject to change if, and when, a solicitation is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.



The U.S. Army Corps of Engineers Galveston District is seeking information from all firms interested in providing temporary office/classroom facilities for lease in support of the Hawaii Wildfire Mission response. The purpose of this RFI is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 238990 - All Other Specialty Trade Contractors. The Small Business size standard for this NAICS code is $19M. The type of solicitation issued, and the manner of advertisement will depend on the responses to this RFI.



The following requirements are an estimated need, but not limited to:



SCHOOL




  • School/educational settings to support the enrollment capacity of an estimated 600 children

  • Retain program elements of the Lahaina King Kamehameha III Elementary School

  • All in-door facilities must have A/C with proper filtration and indoor air quality monitoring.

  • Facilities must be ADA Compliant

  • Classrooms:

    • A minimum of 27 classrooms can go upwards of 60+ classrooms.

    • Portables – single room classroom (minimum 3 classrooms each grade)

    • Classroom A -minimum 12 (1,350 s.f. PreK/K/ ADA compliant bathrooms) (20 students/pre-K class)

    • Classroom B- minimum 30 (960 sf. grades 1-5) (approx. 24-30 students/class)






  • 10x30 Restrooms (6)

  • Multi-room classroom

    • Admin/library

    • Multifunction/dining/kitchen building



  • Accessibility for utility hookups

  • Special Education classrooms must comply with SPED requirements and accommodations.

  • Maintenance

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



UTILITIES



Water-




  • Underground main lines up to and including 12 inches.

  • Provide Storage Tank facilities with a Booster pump.

  • General piping and plumbing for bathrooms, Janitorial, and irrigation.

  • Maintenance

  • Fire Suppression/ hydrants

  • Backflow prevention

  • Possible above-ground piping

  • Arterial roadway pavement removals (for large intersections)

  • Traffic signal wiring/ vehicle detection (for large intersections)

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



Wastewater-




  • Manhole construction

  • Underground lateral

  • Possible above-ground piping

  • General piping and plumbing for bathrooms, Janitorial

  • Maintenance

  • Utilize up to 6-inch pipes

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



Lift stations (2)




  • Utilize up to 16-inch pipes

  • Up to 1.5 miles of piping

  • Electrical

  • Voltage up to an estimate of 12,470

  • Low voltage

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



Electrical




  • Provide transformer from overhead power (up to 2)

  • 480-volt three-phase

  • 120/240-volt three phase

  • General wiring for temporary school facility

  • Maintenance

  • Possible solar power (Mechanical and electrical equipment should be specified to minimize power consumption. Solar generation and storage should be provided with a target of annual net zero performance)

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



Telecommunications




  • Phone/Internet

  • Fiberoptic/ Coax possibility

  • Run all wiring underground/above ground.

  • IT server room

  • Adhere to all codes and regulations for the State of Hawaii, Maui County



Grounds/Parking/Sidewalk




  • Clearing and Grubbing 8 acres

  • Grading (8 acres) and Compaction (4 acres approx.)

  • Soil sampling and analysis (Gov’t approved laboratories)

  • Aggregate base course placement and compaction

  • Hot Mix Asphalt placement (approx. 2 acres)

  • Concrete placement

  • Interior fencing for PRE-K.

  • Vehicular access gates

  • Pavement striping -minimum 48 parking spots

  • Sidewalks: 10 ft and 6 ft wide (approx. 15,000 sq.ft.)

  • Drainage swale development

  • Signage (handicap signs, Wayfinding, school crossing)

  • Gravel (approx. .5 acre)

  • Sod (Zoysia) (approx. 2.1 acres)

  • Drainage appurtenances

  • Covered Walkways

  • Covered Lanai for drop off and pick up of students

  • Playground/ Play area (2)

  • Site should be equipped with site security equipment including perimeter fencing, compliant night lighting, cameras, monitoring, active shooter door locks and signage.





Per FAR 18.203 Emergency declaration or major disaster declaration:



(a) Disaster or emergency assistance activities. Preference will be given to local organizations, firms, and individuals when contracting for major disaster or emergency assistance activities when the President has made a declaration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act. Preference may take the form of a local area set-aside or an evaluation preference.



This Request for Information (“RFI”) is intended for suppliers, vendors, construction companies, and general providers (collectively “Temporary”) to provide detailed information about their products. All are encouraged to respond encompassing all or partial work listed in this RFI.



The following are the milestone dates associated with the RFI:




  • RFI Issue Date: September 23, 2023

  • RFI Questions Due: September 26, 2023, by 2:00 PM HST

  • RFI Responses Issued: September 27, 2023, by 2:00 PM HST

  • RFI Submissions Due: September 29, 2023, by 2:00 PM HST





All interested parties are invited to submit capability statements for acquisition planning purposes.





The following information is required and must be provided:



Contractor Name (in SAM.gov):



Contractor Address:



NAICS codes:



CAGE No.:



EUI:



Tax ID



Primary POC (Name, email address, contact numbers):



Target 8(a) Graduation Date:



SBA 8(a) District Office:



SBA 8(a) District POC (Name, email address, contact numbers)



Please let us know if your firm is interested in the potential work and provide responses to the following questions below:




  1. Is your firm interested in performing the work? Yes or No

  2. Number and type of temporary facilities available for lease and lead time required for delivery.

  3. What parts of the anticipated scope is your firm capable of performing?

  4. Please provide past performance on completed emergency missions.

  5. How many employees would be available to perform the scope of work you are responding to within this RFI 2 weeks after award? 4 weeks after award?

  6. What is the anticipated crew size for this work? How many crews do you anticipate utilizing?

  7. How many hours will it take your firm and subcontractors to mobilize to Maui?

  8. Can your firm submit the Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), HSA Workplan, Contractor Quality Control (CQC) Plan, other required submittals within 72 hours after contract award?

  9. Can your firm perform 50% of the work?

  10. Please identify which subcontractors are part of your team? Please identify what roles each subcontractor would be performing.

  11. What kind of equipment do you have for each of the various tasks? Which equipment will need to be subcontracted out?

  12. Please identify what other capabilities your firm can perform to assist with the Maui Disaster.

  13. Please identify the number of personnel and skill sets they have to assist in the Maui Disaster.

  14. What are your Home Office Overhead and G&A rate(s)?

  15. Is there anything else you would like USACE to know about your firm and your firm’s capabilities?



Please submit RFI questions and submissions by email to Amanda Zawieruszynski at amanda.c.zawieruszynski@usace.army.mil and Alicia Evans at alicia.g.evans@usace.army.mil.



This notice does not constitute a solicitation. This request for information is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 2000 FORT POINT ROAD
  • GALVESTON , TX 77550-1229
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 23, 2023 07:20 am HSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >