SOLICITATION NOTICE
Z -- FY23 Repair Building 1670 for COF, SSA, and TEMF, Schofield Barracks, Oahu, Hawaii
- Notice Date
- 7/7/2023 8:24:22 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT HAWAII FORT SHAFTER HI 96858-5440 USA
- ZIP Code
- 96858-5440
- Solicitation Number
- W9128A23R0021
- Response Due
- 8/21/2023 5:00:00 PM
- Archive Date
- 09/05/2023
- Point of Contact
- Christie Lee, Phone: 8088354083, Kent Tamai, Phone: 8088354377
- E-Mail Address
-
christie.s.lee@usace.army.mil, kent.a.tamai@usace.army.mil
(christie.s.lee@usace.army.mil, kent.a.tamai@usace.army.mil)
- Description
- This announcement constitutes a Pre-Solicitation notice (synopsis) in accordance with FAR Subpart 5.2. The U.S. Army Corps of Engineers, Honolulu District hereby announces its intent to issue a solicitation entitled, �FY23 Repair Building 1670 for COF, SSA, and TEMF, Schofield Barracks, Oahu, Hawaii.� as described within this announcement. This project is a Design-Bid-Build solicitation, utilizing Lowest Price Technically Acceptable (LPTA) procedures in accordance with FAR Part 15. The Government intends to solicit this requirement as an unrestricted procurement.� The North American Industry Classification code (NAICS) for this requirement is 236220. The Small Business size standard for this NAICS code is $45,000,000 annual average revenue. The Government intends to award a firm-fixed-price construction contract as a result of this solicitation. Interested Offerors should register as a Vendor in Procurement Integrated Enterprise Environment (PIEE) in order to participate in the upcoming solicitation once issued. Please review the vendor registration instructions at: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml. Project Description: Existing Building 1670 is predominantly a single-story, multi-wing structure approximately 79,752 SF, non-historic building, constructed around 1989. A limited area second floor is situated in Wing B, northern end. Currently, the building is utilized as a Vehicle Maintenance Shop/General Purpose warehouse. The completed renovated facility will house 3 primary mission functions: A. New Unit Supply Storage Activity (SSA) warehouse for 40th Quartermaster Company: Capability of storing and maintaining Army pre-positioned stocks and items required for active duty operation. SSA facilities will include administrative spaces, contractor logistics support area, multi-purpose conference room and men's and women's toilets and warehouse module. SSA is a specified application of general purpose warehouse space for organizational supply storage and provides enclosed, covered, and open storage space to accomplish material receiving, turn-in, shipping, distribution, and storage of Class II, III(P), IV, & IX supplies in brigade sets. B. New 150PN Company Operations Facility (COF) for 536th Maintenance Company: Company level administrative operations and store and move supplies. It is intended to be similar to office and warehouse type buildings in the private sector community. COFs provide administrative and supply facilities for unit personnel functions and storage of their equipment. These facilities serve as the primary staging, training, and deployment center for personnel and their individualized gear. C. Existing Medium-sized Tactical Equipment Maintenance Facility (TEMF); an entire complex of facilities for the maintenance, repair, deployment, mission planning & rehearsal, training, and sustainment of equipment assigned to a unit other than aircraft. Typical operations within the primary vehicle maintenance shop (VMS) within the TEMF complex include inspection, lubrication, preventive maintenance, diagnostic analysis, welding, body work, replacement of direct exchange systems, mobile maintenance team support, replacement of major components, repair of emission control system, performance of body and frame repair, and administration and scheduling of vehicle use and maintenance. The estimated period of performance is 944 calendar days. The Government anticipates the acquisition will be lowest priced technically acceptable based on the following criteria: 1) experience; 2) past performance; and 3) price. Project magnitude is between $25,000,000 to $50,000,000. It is the Offeror�s responsibility to check for any posted changes to the solicitation. Solicitation documents will not be issued on compact disc (CD) unless the Government determines that it is necessary. Offerors must have and/or maintain an active registration with the System Award Management (SAM) website. To register in SAM, got to https://www.sam.gov. All Offerors are encouraged to visit https://www.sam.gov website to view other business opportunities.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/74ef9fe73ba94b1a9fe987d0af8c830e/view)
- Place of Performance
- Address: Schofield Barracks, HI, USA
- Country: USA
- Record
- SN06740498-F 20230709/230707230042 (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 |