Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
SOLICITATION NOTICE

Y -- PN 150043 Construction of a new facility for the 29th Infantry Brigade Combat Team (IBCT) Readiness Center, Kalaeloa (Kapolei), HAWAII

Notice Date
2/3/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
 
ZIP Code
96707
 
Solicitation Number
W912J6-12-R-0002
 
Response Due
5/2/2012
 
Archive Date
7/1/2012
 
Point of Contact
manuel llanes, 808-844-6335
 
E-Mail Address
USPFO for Hawaii
(manuel.llanes@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The USPFO for Hawaii, located at Kalaeloa, Oahu, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for PN 150043 Construction of a new facility for the 29th Infantry Brigade Combat Team (IBCT) Readiness Center, Kalaeloa (Kapolei), HAWAII. Project to be LEEDR Silver Certified. The approximately 55,000 square foot new facility will be the first phase to house the Brigade and will be comprised of an auditorium, assembly hall, administrative spaces, storage areas to include vaults, locker rooms, IT rooms, bathrooms and classrooms. Some of the integral systems found in a Readiness Center are computer drops, telecommunication and mechanical ventilation for specified spaces. Each additional square feet of training, office and storage space for the Brigade allows them to better prepare for their primary missions of supporting the State of Hawaii in case of a natural disaster or support the Federal government in times of national security. Optional Bid Items for this project will include: 1. adding a balcony to the auditorium 2. Constructing a green roof to include pavers, pedestals and planters. 3. Exterior landscaping and furnishings. 4. Install lockers for equipment.5. Provide an emergency generator. 6. Extend the parking lot in Part A. 7. Extend the parking lot in Part B. 8. Extend the parking lot in Part C. 9. Convert base bid asphalt to concrete. 10. Convert parking lot extension Part A from asphalt to concrete. 11. Convert parking lot extension Part B from asphalt to concrete. 12. Convert parking lot extension Part C from asphalt to concrete. 13. Install PV power. Magnitude of the project is between $25,000,000 and $100,000,000. Construction/contract completion time is anticipated to take approximately 740 calendar days after notice to proceed to include inspection and punch list. The North American Industry Classification System (NAICS) code for this work is 237990. This is a total small business set-aside. The small business size standard is $33.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (b)(4) LIMITATIONS ON SUBCONTRACTING which states 'By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of the contract in the case of a contract for Construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees' applies to this project. The tentative date for issuing the solicitation is on or about Feb 17, 2012. The tentative date for the pre-proposal conference is on-or-about Feb 29, 2012, 912:00 A.M (HST) at USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI 96707. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. The solicitation closing date is scheduled for on-or-about 04/03/2012. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Past Performance and Price. The Government intends to award without discussions. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certifications on-line at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representations and Certifications Application (ORCA) website. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 5 business days. PLAN ACCORDINGLY). All contractors and subcontractors interested in this project must register at this site. The plans and specifications will be available only at Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); 2) DUNS Number and CAGE Code; 3) Telephone Number; 4) E-Mail Address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. This solicitation is not a competitive bid and there will not be a formal public bid opening. DISCLAIMER: The official plans and specification will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FBO page for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is at Kalaeloa (Kapolei), Hawaii. This Contract is Subject to availability of funds and no Contract Award will be made until funds become available.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-12-R-0002/listing.html)
 
Place of Performance
Address: USPFO for Hawaii 91-1179 Enterprise Ave, Bldg 117 Kapolei HI
Zip Code: 96707
 
Record
SN02667095-W 20120205/120203233959-6dda6e2dad49372cd01311770fa7af55 (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.