FY22 Repair Barracks Building 2077, Schofield Barracks, Oahu, Hawaii
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159350526926346 |
Posted Date: | Jan 5, 2023 |
Due Date: | Jan 18, 2023 |
Solicitation No: | W9128A-23-Z-0007 |
Source: | https://sam.gov/opp/38585c7a2c... |
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.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-10:00) HONOLULU, HAWAII, USA
- Original Published Date: Jan 04, 2023 04:11 pm HST
- Original Response Date: Jan 18, 2023 02:00 pm HST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Z2JZ - REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Schofield Barracks , HIUSA
THIS SOURCES SOUGHT NOTICE is for informational purposes only. THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY22 Repair Barracks Building 2077, Schofield Barracks, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description:
Building 2077 is a 5-story, non-historic building located at Schofield Barracks, Hawaii, built around 1998.
The general scope is to repair or replace deteriorated and failing building components, which includes demolition and repair of existing interior walls and/or interior finished, replacement of failing HVAC, lighting, electrical, communication, fire alarm, and plumbing. Repair work shall meet or exceed Unaccompanied Enlisted Personnel Housing (UEPH) Army Standards (10 Jul 2012) and comply with Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the “maximum extent possible”.
The design will comply with all applicable government criteria, including but not limited to all applicable Codes, Unified Facilities Criteria (UFCs), Army Standards, Center of Standardization (COS) standard designs, Technical Instructions, Directorate of Public Works (DPW) Policy Letters, and Architectural Barriers Act (ABA) Accessibility Standards for DoD Federal Facilities, etc.
Magnitude is $25M - $50M
Interested PRIME CONTRACTORS should submit the following:
a. Narrative demonstrating design-bid-build experience in similar type of work with a minimum contract award amount of $20M at a remote location with a limited footprint next to existing/occupied facilities in a populated area.
b. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Schofield Barracks, Oahu, Hawaii.
c. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor.
d. UEI and CAGE CODE, Expiration date in SAM.GOV.
e. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.
Interested Small Business Subcontractors should submit the following:
a. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
b. The size of the crew(s) available to perform work.
c. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
d. UEI and CAGE CODE, Expiration date in SAM.GOV.
Narratives shall be no longer than two (2) pages.
Email responses are required. Responses are to be sent via email to christie.s.lee@usace.army.mil and kent.a.tamai@usace.army.mil no later than January 18, 2023, 2:00 p.m. Hawaii Standard Time.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
- KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
- FORT SHAFTER , HI 96858-5440
- USA
- Christie Lee
- christie.s.lee@usace.army.mil
- Phone Number 8088354083
- Kent Tamai
- kent.a.tamai@usace.army.mil
- Phone Number 8088354377
- Fax Number 8088354396
- Jan 04, 2023 04:11 pm 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.