Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2011 FBO #3449
SPECIAL NOTICE

Y -- Sources Sought for Construction of FY11 Command and Control Facility, Fort Shafter, Phase 1

Notice Date
5/3/2011
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Honolulu, Building 230, Fort Shafter, HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A11Z0006
 
Archive Date
5/2/2012
 
Point of Contact
Kent Tamai, 808-438-9700
 
E-Mail Address
USACE District, Honolulu
(kent.a.tamai@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. Responses are due no later than 3:00 p.m. Hawaii standard time 12 May 2011. This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the $49M FY11 PN65650 USARPAC Command and Control Facility, Fort Shafter, Hawaii - Phase 1. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Responses are to be sent via email to kent.a.tamai@usace.army.mil no later than 3:00 p.m. Hawaii standard time May 5, 2011. Project Description: A design-bid-build construction solicitation for the Construct Phase one of a multi-phased Command and Control Facility for USARPAC at Fort Shafter, Hawaii. This phase includes construction of the communications hub, central utility plant, utility corridor, arrival building, and the development of major site and infrastructure for the facility, including major geotechnical effort. Major utilities for the site include utility corridor, complex geotechnical site work, water, sewer, electrical, telecommunications, site drainage, lighting, paving, parking, walks, curbs and gutters, landscaping. The arrival building includes the main security reception area, computer based training, main conference VTC room, complex communications hub, classroom. Facility includes redundant mechanical and electrical systems and backup power for designated areas, information systems, fire protection and alarm systems, Intrusion detection system installation, and Energy Monitoring Control Systems connection. Sustainable Design and Development and Energy Policy Act of 2005 features will be provided. Heating and air conditioning will be provided by connection to the utility plant. The project is to be certified by USGBC as LEED Gold. Only interested SMALL BUSINESS PRIME CONTRACTORS should submit a narrative demonstrating their experience in design-bid-build for type of work at the similar contract value in a similar type of location, including LEED Gold certification or better. Also requested is a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. Narratives shall be no longer than five (5) pages. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. 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 Contractors Central Registration System (CCR), please see www.ccr.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. Information shall be submitted electronically to Kent Tamai at kent.a.tamai@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A11Z0006/listing.html)
 
Record
SN02438288-W 20110505/110503234033-31215aa0efee9883e586b263735c62e5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.