SOURCES SOUGHT
Y -- Central Vehicle Wash Facility, Schofield Barracks, Oahu, Hawaii - Sources Sought / Market Research
- Notice Date
- 6/22/2011
- Notice Type
- Sources Sought
- 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
- W9128A-11-Z-0011
- Response Due
- 7/18/2011
- Archive Date
- 9/16/2011
- Point of Contact
- Dayna N. Matsumura, (808)438-8567
- E-Mail Address
-
USACE District, Honolulu
(dayna.n.matsumura@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Responses are due no later than 3:00 p.m. Hawaiian Standard Time 18 July 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 PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential construction solicitation for the following projects: Project Magnitude: $25M to $100M. FY12 MCA PN 59581, Central Vehicle Wash Facility, Schofield Barracks, Oahu, Hawaii. Project Description: This project will support the maintenance and operations for tactical vehicles stationed on Oahu. The project is sited on 8.9-acres on Schofield Barracks. The wash facility is intended for washing soil from the outside of tactical vehicles after returning from maneuver training. Washing is required to prevent the soil on the vehicles from being deposited on the streets and roads within the cantonment area. Washing is intended to be capable of cleaning vehicles sufficiently for inspection as well as preventing transport of weed seeds. The proposed facility will consist of a pre-wash bath; ten wash stations, consisting of 6 single and two tandem wash bays; and a separate four bay maintenance facility to allow detailed washing of tactical vehicles prior to maintenance. The wash process system will utilize a high-pressure wash system that will recycle water to reduce potable water consumption and minimize wastewater disposal. The recycled water will flow through a sedimentation basin, an oil-water separators, an equalization basin, an intermittent sand filter, and then into two 740,000 gallon storage tanks. Treatment will include oil and grease removal, grit removal, organic control, and chlorine disinfection. The facility will also consist of a mechanical pump building and control building which will house an operator's office, restroom, and equipment storage room. The project site currently houses two temporary motor pools which will be demolished as part of this project. The temporary motor pools consisting of gravel driveways and parking areas, perimeter chain link fencing, and area lights and poles. Project will also demolish an existing pavilion, restroom and paved parking area. Supporting facilities include utilities, communications, storm drainage and erosion control measures, approximately 118,000 SF concrete paving, curbing, landscaping, fencing and site improvements. As part of the sewer utility, the project will install approximately 7,500 lf of sewer line. 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 Dayna.N.Matsumura@usace.army.mil no later than 3:00 p.m., Hawaiian Standard Time 18 July 2011. Interested PRIME CONTRACTORS shall submit a narrative demonstrating its experience in demolition and construction of a central vehicle wash facility that incorporates a recycle water system, gravity oil and grease separator, high-pressure pump systems, sedimentation/sand filter systems, installation of water storage tanks of similar size, on-site and off-site utilities, and site improvements of similar value. Contractor shall also demonstrate their ability and knowledge of sustainable designs/LEEDs to obtain Silver certification. Include experience with abatement lead-based paint. Narratives shall be no longer than three (3) pages. Provide a letter from your surety stating your bonding capability for a single contract action and your aggregate capability. Email responses are required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-11-Z-0011/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN02480047-W 20110624/110622235553-77b558257c39c2bb0ad83242aa8138e6 (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 |