SOURCES SOUGHT
Z -- Sources Sought for FY14 OMA Repair Building 1492, Schofield Barracks, Oahu, Hawaii
- Notice Date
- 5/1/2014
- 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-14-Z-0008
- Response Due
- 5/30/2014
- Archive Date
- 6/30/2014
- Point of Contact
- Dayna N. Matsumura, (808)835-4379
- E-Mail Address
-
USACE District, Honolulu
(dayna.n.matsumura@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- RESPONSES REQEUSTED FROM ALL INTERESTED FIRMS (LARGE AND SMALL BUSINESSES) This announcement constitutes a Sources Sought Synopsis (market survey). This is not a Request for Quote (RFQ) or a Request for Proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This U.S. Army Corps of Engineers, Honolulu District, is performing market research for the following potential construction requirement: The U.S. Army Corps of Engineers, Honolulu District (POH) has a requirement for the repair of the an administrative facility on the first floor and repair barracks on the second and third floors for a building located at Schofield Barracks. The intent of the project is for the entire building to be re-purposed in the future as administrative work areas (for all floors). The work involves selective demolition and repairing of existing walls, exterior windows, floors, ceilings, supporting frames, columns, foundations, latrines, existing stairways. The work also includes accessible restrooms, an additional exit stairway, mechanical and electrical building core repairs, and a new central air conditioning system. The existing fire sprinklers, fire alarm and mass notification systems will need to be repaired or replaced to meet current codes. The work may involve asbestos abatement. This is a design-bid-build project. The North American Industry Classification code (NAICS) is 236220 - Commercial and Institutional Construction. This requirement will be awarded as a firm fixed price construction contract. The project magnitude is between $10,000,000 and $25,000,000. The Government may use responses to this sources sought synopsis to make an appropriate acquisition decision for this project. The type of solicitation issued and the manner of advertisement may depend on the responses to this sources sought synopsis. Responses are requested from only interested PRIME CONSTRUCTION CONTRACTORS. Interested PRIME CONSTRUCTION CONTRACTORS should submit a narrative demonstrating their specific experience with renovating administrative and barracks buildings of similar type, size, value and location. Construction contracts awarded by the Army Corps of Engineers require compliance with EM 385-1-1 Safety Manual. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT should include: 1.Your intent to submit a proposal for this project when it is formally advertised. 2.Name of firm with address, phone and point of contact. Indicate whether or not your firm is a U.S. firm or a foreign firm. 3.CAGE Code, DUNS number, or a copy of your Representation and Certification in SAM.gov. 4.Size of firm (large or small), to include category of small business if applicable, such as 8(a) small business, Historically Underutilized Business Zone (HUBZone) small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Businesses (WOSB). 5. Firms Bonding Capacity - single and aggregate capability. 6.Contract data sheet stating your recent and relevant experience required to perform the specified type of work. This should include documentation of past specialized experience and technical competence in performing similar projects, submit no more than five (5) past projects for which your firm was the prime construction contractor. The contract data sheet should be no more than two (2) pages per project: a) Have you had previous experience renovating administrative and barracks buildings for contracts equal to or greater than $10 million to $25 million? b) Have you constructed any projects that achieved LEED Silver or better in the past 5 years? c) What is your bonding capacity for one project? Solicitation plans and specifications will be made available for viewing and/or downloading on the Federal Business Opportunities (FedBizOpps) website located at https://www.fbo.gov/ on or about August 1, 2014. It is the bidder's responsibility to check for any posted changes to the solicitation. Offerors must have and/or maintain an active registration with the System for Award Management (SAM) website. To register in SAM, go to http://www.sam.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 practicable extent with small, small disadvantaged and women-owned small business concerns in accordance with the provisions of Public Law 95-507.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA83/W9128A-14-Z-0008/listing.html)
- Place of Performance
- Address: USACE District, Honolulu Building 230, Fort Shafter HI
- Zip Code: 96858-5440
- Zip Code: 96858-5440
- Record
- SN03353563-W 20140503/140501234519-9976a09fb9838672f126dee76b627427 (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 |