Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOURCES SOUGHT

Z -- Sources Sought for FY20 Renovate Building 503A, Fort Shafter, Oahu, Hawaii

Notice Date
5/22/2020 5:08:38 PM
 
Notice Type
Sources Sought
 
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
W9128A-20-Z-0007
 
Response Due
6/8/2020 5:00:00 PM
 
Archive Date
06/23/2020
 
Point of Contact
Kent Tamai, Phone: 8088354377, Fax: 8088354396, Dayna N. Matsumura, Phone: 8088354379, Fax: 8088354396
 
E-Mail Address
kent.a.tamai@usace.army.mil, Dayna.N.Matsumura@usace.army.mil
(kent.a.tamai@usace.army.mil, Dayna.N.Matsumura@usace.army.mil)
 
Description
THIS SOURCES SOUGHT NOTICE is for informational purposes only.� THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID. 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 solicitation for the FY20 Renovate Building 503A, Fort Shafter, Oahu, Hawaii. �NO SOLICITATION IS CURRENTLY AVAILABLE.��� Project Description: Building 503A is a 7-story non-historic building at Fort Shafter, HI. Currently the building provides Company Operations Facilities (COF) functions and barracks living units for 100 personnel (PN) and is served by exterior single loaded balconies. The renovated functional layout reflects one generic 100PN COF on the First Floor only. Existing COF will be reduced in size due to new stacked utility core module. Barracks units to remain on 2nd thru 7th Floors, but renovated layout reflects a reduced total of 84PN. Any specialized spaces must be identified by Using Agency for incorporation into floor layouts by designer of record. Repair scope of work for each building includes: - Reconfigure to provide stacked utility core consisting of mechanical room, electrical and telecom rooms on each floor. - Renovations to repair existing barracks modules, provide common laundries and common kitchens on all barracks floors. - Minor reconfiguration of barracks room to provide additional kitchenette counter space for microwave, sink and lavatory with mirror. Refrigerator is based on size of existing - Replacement of all existing interior finishes for the living units, administrative and common areas. - COF administrative spaces to be designed to current Directorate of Public Works (DPW) flexible admin standards. The design will comply with all applicable government criteria, including but not limited to all applicable Codes, Unified Facilities Criteria (UFCs), Army Standards, Center of Standardization (COS) standard designs, Technical Instructions, Directorate of Public Works (DPW) Policy Letters, and Architectural Barriers Act (ABA) Accessibility Standards for DoD Federal Facilities, etc. Magnitude is $25M - $50M. Interested PRIME CONTRACTORS should submit the following: Narrative demonstrating design-bid-build experience in similar type of work at a remote location with a limited footprint next to an existing building in a populated area. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Fort Shafter.� Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor. DUNS/CAGE CODE, Expiration date in SAM.GOV. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19. Interested Small Business Subcontractors should submit the following: Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed. The size of the crew(s) available to perform work. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business DUNS/CAGE CODE, Expiration date in SAM.GOV. Narratives shall be no longer than two (2) pages. Email responses are required.� Responses are to be sent via email to dayna.n.matsumura@usace.army.mil and kent.a.tamai@usace.army.mil no later than June 8, 2020, 2:00 p.m. Hawaii Standard Time. Responses to this sources sought announcement will be used by the 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 of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM/ for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5f25f7baa14d4d26b9d93e3d89b21a1f/view)
 
Place of Performance
Address: Fort Shafter, HI 96858, USA
Zip Code: 96858
Country: USA
 
Record
SN05669443-F 20200524/200522230200 (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  © 1994-2020, Loren Data Corp.