SOLICITATION NOTICE
Y -- FY11 MCA PN52267, Construct 140PN Unaccompanied Enlisted Personnel Housing Facility (Barracks), Helemano Military Reservation (HMR), Oahu, Hawaii
- Notice Date
- 11/30/2010
- Notice Type
- Presolicitation
- NAICS
- 236116
— New Multifamily Housing Construction (except Operative Builders)
- 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-11-R-0006
- Archive Date
- 2/4/2011
- Point of Contact
- Kent Tamai, Phone: 808-438-9700
- E-Mail Address
-
kent.a.tamai@usace.army.mil
(kent.a.tamai@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Design and construct the following project: The Project at HMR includes Enlisted Unaccompanied Personnel Housing totaling 54,320 SF and all supporting facilities, IDS Installation and EMCS Connections. Primary facilities include living and sleeping quarters, baths, storage, service areas, information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and Energy Monitoring Control Systems (EMCS) connection. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping and signage. Air conditioning will be provided by (self contained system/connection to the existing energy plant/etc.) (Air Conditioning is estimated at 120 Tons). Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. The facility must be able to meet LEED Silver certification or better for the design and construction. This HMR solicitation is subject to MILCON Transformation requirements; therefore, all buildings will be standard design IAW the Model Design-Build RFP developed by various components of the Department of the Army. This is a Small Business set-aside procurement. Estimated cost is between $25M Million and $100 Million. This is a 2-Phase Design Build Best Value solicitation process. Phase I process requires potential offerors to submit their performance and capability information for review and consideration by the Government. Following the review, evaluation, and rating of the Phase 1 proposals, the Government will select approximately 3 highest-rated offerors to submit a technical and cost proposal for consideration by the Government. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect both the past performance rating received in Phase 1 and the evaluation rating received in Phase 2. All evaluation factors, other than price, when combined, are considered significantly more important than the price. The proposal process for this 2-Phase procurement consists of the following: PHASE 1 PROPOSAL - Experience and Past Performance. PHASE 2 PROPOSAL - Design Technical, Past Performance, and Price. The pre-proposal conference is on Jan 5, 2011 and site visit is anticipated to be held Jan 6, 2011. Traditional hard copies of plans and specifications will NOT be available for this project. Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov < https://www.fbo.gov/ > on or about Dec 20,2010. It is the offeror's responsibility to check for any posted changes to the solicitation. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the Central Contractor Registration (CCR) website to be eligible for a Government contract award. To register in CCR, go to http://www.ccr.gov < http://www.ccr.gov/ >. Small, small disadvantaged and women-owned small business concerns are encouraged to participate as prime contractors or as members of joint ventures with other small businesses, and all interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum extent practicable with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507. All offerors are encouraged to visit the Honolulu District Contracting Division's website at http://www.poh.usace.army.mil/CT/CT.htm to view other business opportunities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-R-0006/listing.html)
- Place of Performance
- Address: Helemano Military Reservation, Island of Oahu, Hawaii, Helemano Military Reservation, Hawaii, United States
- Record
- SN02334980-W 20101202/101130233807-8eaa55456ed9779e0c984e8ab66c96d3 (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 |