Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2020 SAM #6940
SOURCES SOUGHT

99 -- Repair Barracks Buildings 2075, 2076 & 2077, Oahu, Hawaii

Notice Date
11/27/2020 11:00:19 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Honolulu Fort Shafter HI 96858-5440
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A-21-R-0002
 
Response Due
12/18/2020 4:00:00 PM
 
Archive Date
12/18/2021
 
Point of Contact
Amanda Zawieruszynski, Tracy Tenholder
 
E-Mail Address
amanda.zawieruszynski@usace.army.mil, Tracy.N.Tenholder@usace.army.mil
(amanda.zawieruszynski@usace.army.mil, Tracy.N.Tenholder@usace.army.mil)
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey).� This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.� 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 CONTRACTORS interested in performing work on a potential Design-Bid-Build Construction for the FY21 Repair Barracks Bld. 2075, 2076 & 2077, Oahu, Hawaii Project Description: Repair Barracks Bldgs. 2075, 2076 & 2077, Oahu, Hawaii Firm-fixed price, Design-Bid-Build (DBB), Sustainment, Restoration and Modernization (SRM) project includes repair buildings 2075, 2076, and 2077 includes renovations to repair existing barracks modules: Infill existing breezeway openings with storefront doors/windows. Includes conditioned air and increased lighting levels in Corridors, replace existing elevators and all related equipment and controls with highest passenger load capacity elevator which fits into existing elevator shaft. Renovate two existing barracks modules per floor to provide stacked utility core module consisting of common Laundry, Electrical and Telecom rooms on each floor. Provide shared Laundry Room with service sink and folding counter located on each floor, sized for minimum ratios of washers and dryers. Provide CQ Station, Accessible toilet, Vending area, Recycle Room and Lobby on First Floor. Double Module Living Units: Renovate sleeping units to provide individual soldier sleeping rooms with closets, Shared Bath, Kitchen, Living and Dining area per Army Standard. Single Module Living Units: Renovate sleeping units to provide separate sleeping room to meet Army Standard minimum 140 NSF requirement and enlarged closets to meet Army Standard minimum 32 NSF requirement as per Scoping Design Unit Plan, Renovate entire interior of units to include new finishes, retaining existing partition walls, new plumbing fixtures, new base and wall cabinets and new kitchen appliances. Provide stainless steel sink, 2 burner electric cooktop with non-vented hood, base and wall cabinet with cabinet shelf for microwave and 2�-1� clear width refrigerator space. Built in upper and lower cabinetry with microwave shelf and cooktop range hood. Refrigerators, and microwave are NIC and provided by USAG-HI Housing Division. Project magnitude is between $25,000,000 and $100,000,000.�� Interested PRIME CONTRACTORS shall submit the following: Your intent to submit a proposal for this project when it is formally advertised. Name of firm with address, phone, and point of contact. DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov Size of Firm (Large or Small), to include category of small business, Service-Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Business (WOSB). Bonding capability for single contract action in the magnitude of this project. Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length. PROJECT LABOR AGREEMENT MARKET SURVEY: (Please provide responses to the following questions) 1) Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation.� 2) Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project?� If so, please elaborate and provide supporting documentation where possible. �3) Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed?� If so, please elaborate and provide supporting documentation where possible. �4) Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. �5) Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. �6) Identify any additional information you believe should be considered on the use of a PLA on the referenced project. �7) Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. �(ii) The information gathered in this exercise should include the following information on projects completed in the last 2-5 years: �1) Project Name and Location �2) Detailed Project Description �3) Initial Cost Estimate vs. Actual Final Cost �4) Was the project completed on time? �5) Number of craft trades present on the project �6) Was a PLA used? �7) Were there any challenges experienced during the project? � Responses to this sources sought announcement will be used by Government to make appropriate acquisition decisions.� NO SOLICITATION IS CURRENTLY AVAILABLE.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b9a274dd5ad4de888e698d21f7988e0/view)
 
Place of Performance
Address: Schofield Barracks, HI, USA
Country: USA
 
Record
SN05861784-F 20201129/201127230138 (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 |
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.