SOLICITATION NOTICE
Y -- ADDITIONS AND ALTERATIONS TO BUILDING 117, PHASE I
- Notice Date
- 2/14/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- USPFO for Hawaii, 4208 Diamond Head Road, Honolulu, HI 96816-4495
- ZIP Code
- 96816-4495
- Solicitation Number
- DAHA50-03-R-0001
- Response Due
- 4/30/2003
- Archive Date
- 6/29/2003
- Point of Contact
- Tom Madeira, (808) 733-4315
- E-Mail Address
-
USPFO for Hawaii
(tom.madeira@hi.ngb.army.mil)
- Small Business Set-Aside
- 8a Competitive
- Description
- NA The Hawaii National Guard is soliciting competitive proposals, from 8(a) contractors registered in the Honolulu District of the Small Business administration, for Request For Proposal DAHA50-03-R-0001, Project 150057, “Additions and Alterations to Buildin g 117 at Kalaeloa (Barbers Point NAS), Hawaii, Phase I.” The Government will not consider offers from 8(a) firms outside of the Honolulu District. Request for Proposal will be issued on or about 12 March 2003. The applicable NAICS Code is 233320 and the corresponding size standard is $28.5M average annual receipts. Work is to be accomplished in accordance with the Plans and Specifications, or accepted alternate proposal. The estimated cost range of this project is between $10,000,000 and $25,000,000, and the construction performance period is approximately 720 days. The work includes military training complex additions and alterations to Building 117, Phase I, including selective demolition to an existing historic structure with removal of asbestos-contai ning materials, lead-containing paint, pcb-containing light ballasts and mercury-containing lamps; concrete work, masonry, steel work, metal fabrications, carpentry, waterproofing, roofing, metal wall and roof panels, steel doors and frames, aluminum doors and frames, wood doors, rolling service doors and counter doors, steel windows and repair of existing steel windows, finish hardware, glazing, stucco, gypsum wallboard, acoustical ceiling, resilient flooring, carpet, paint, visual communication devices, t oilet partitions and accessories, wall louvers, access flooring, signage, wire mesh partitions, operable pane partitions, security vault doors, casework, blinds, intrusion detection system, fire alarm system, sprinkler and Halon fire extinguishing systems, mechanical systems, plumbing systems, electrical work, civil work, landscaping, and incidental related work. Option items include Renovation of Building 666, Hangar Door Refurbishment, Landscaping, Emergency Power for USPFO, High Bay Interior, OMS Lube S ystem, Demand Lighting, and CSSAMO Mezzanine Space. Source selection procedures contained in FAR Part 15.3 will be utilized to select the successful offeror. Each offeror's proposal will be thoroughly evaluated and award will be made to offeror whose propo sal is determined to be most advantageous to the Government based upon the evaluation criteria set forth in the solicitation. Proposals will be evaluated on the following factors Past Performance, Technical and Price. Alternate Technical solutions will be authorized however; Pricing of the project in accordance with the plans and specifications is required. There is no charge for the plans and specifications, which are available at the following internet site: http://www.nationalguardcontracting.org/Ebs/Vi ewSolicitation.asp?SolicitationNumber=DAHA50-03-R-0001&RegisterOption=True&ID= The solicitation will be available to download on or about 12 Mar 2003 at the aforementioned web site. Anticipated closing dates are 15 April 2003 for Past Performance proposa ls and 30 April 2003 for technical and price proposals. All questions are to be submitted in writing to Tom Madeira at e-mail: tom.madeira@hi.ngb.army.mil. (please clearly indicate your company name, paragraph number of the specification and the drawing n umber, as applicable.) Questions submitted less than 10 days prior to the closing date may not be addressed before solicitation closing date, therefore, offerors are advised to submit questions as soon as possible. Reponses to questions will be issued via the web site in a document titled “ Questions and Answers”. Answers to questions are not considered changes to the RFP as the only way the RFP can be modified is through an amendment that will be issued if applicable. A site visit and pre-proposal confere nce is tentatively scheduled 26 March 2003 at 0900 hours. Interested contractors are encouraged to attend and should contact Tom Madeira via email, in accordan ce with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The Government reserves the right to cancel the procurement if it’s in the government’s best interest. You Must Be Registered In The Central Con tractor Register (CCR) Prior To Award Of A DoD Contract. For More Information, See The CCR Web Site at http://www.ccr.gov. URL: http://www.nationalguardcontracting.org/Ebs/ViewSolicitation.asp?SolicitationNumber=DAHA50-03-R-0001&RegisterOption=True&ID=
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA50/DAHA50-03-R-0001/listing.html)
- Place of Performance
- Address: USPFO for Hawaii 4208 Diamond Head Road, Honolulu HI
- Zip Code: 96816-4495
- Country: US
- Zip Code: 96816-4495
- Record
- SN00260219-F 20030216/030214220549 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |