SOLICITATION NOTICE
Z -- Repair Building 502, Fort Shafter, Oahu, Hawaii
- Notice Date
- 8/18/2020 7:08:16 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Honolulu Fort Shafter HI 96858-5440
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A-20-R-0016
- Response Due
- 9/8/2020 5:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Colin Waki, Phone: 8088354393, Fax: 8088354396, Kent Tamai, Phone: 8088354377, Fax: 8088354396
- E-Mail Address
-
colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil
(colin.k.waki@usace.army.mil, kent.a.tamai@usace.army.mil)
- Description
- This announcement constitutes a Solicitation notice in accordance with FAR Subpart 5.2.� The U.S. Army Corps of Engineers, Honolulu District hereby issues an unrestricted solicitation entitled, �Repair Building 502, Fort Shafter, Oahu, Hawaii� as described within this announcement. This is�a formal solicitation via a Lowest Price Technically Acceptable (LPTA) Request for Proposal (RFP) in accordance with FAR Part 15.� Offerors are to provide completed and signed forms on the https://beta.SAM.gov website.� It is the Offerors responsibility to check for any posted changes to the solicitation. The North American Industry Classification Code (NAICS) for this requirement is 236220 (Commercial and Institutional Building Construction).� The small business size standard for this NAICS code is $39,500,000 average annual revenue.� The Government intends to award a firm-fixed price construction contract as a result of this solicitation.� Project Description: �This design-bid-build project is to repair Building 502 located at Fort Shafter, Hawaii.� Building 502 is an 8-story non-historic building built around 1990.� Currently, the building provide barracks living units for 150 personnel (PN) and is served by existing exterior single loaded balconies, totaling approximately 55,663 sq.ft. in floor area. Repair work for B502 shall meet or exceed UEPH Army Standards (10 Jul 2012) and comply with Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the �maximum extent possible�.� Renovated functional layout reflects existing Barracks living units to remain on 1st thru 8th Floors, and renovated layout reflects a reduced total of 128PN, due to dedicated module for stacked utility core and Dayrooms on each floor. Repair Scope of Work includes: - Remove two existing living units per floor to provide stacked utility core consisting of mechanical room, electrical and telecom rooms on each floor to meet UEPH Army Standard. - Common laundries on all barracks floors to meet UEPH Army Standard. - Renovations to repair existing barracks modules, interior reconfiguration of barracks room to meet to the maximum extent possible, including double bowl stainless steel sink, 2 burner electric cooktop with non-vented hood, base and wall cabinet linear footage with cabinet shelf for microwave and refrigerator space. Refrigerator is NIC and provided by USAG-HI Housing Department. - Individual Bathroom consisting of water closet and tub/shower. - Lavatory sink outside and adjacent to Bath for shared use, including two individual medicine cabinets with mirror. - Replacement of all existing interior finishes for living units, storage and common areas. - Removal of two existing living units at 6th thru 8th Floors to provide Dayroom support space on each floor. Place of Performance: Fort Shafter, Oahu, Hawaii.���������� The performance of period is 840 calendar days.� The project magnitude is $25,000,000 to $50,000,000. An organized site visit will be conducted on August 13, 2020 at 10:00 AM Hawaii Standard Time.� Please see the solicitation for more information. The procurement will be evaluated on the following factors: (a) Experience; (b) Past Performance; (c) Technical Approach; (d) Price.� Proposals will be evaluated to determine which Offeror provides the best value to the Government utilizing LPTA source selection procedures.� The Government intends to award to the Offeror whose proposal is determined to be the best value for the Government.� Offerors must have and/or maintain an active registration with the System Award Management (SAM) website.� To register in SAM, got to http://www.sam.gov.� All Offerors are encouraged to visit https://beta.SAM.gov website to view other business opportunities. All interested prime 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, Historically Underutilized Business Zone (HUBZone), veteran-owned, and service-disabled veteran-owned small business concerns in accordance with the provisions of Public Law 95-507.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/05a583e5278b4b368ad7a1431860301f/view)
- Place of Performance
- Address: Fort Shafter, HI 96858, USA
- Zip Code: 96858
- Country: USA
- Zip Code: 96858
- Record
- SN05763117-F 20200820/200818230201 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |