Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

Y -- FY21 Military Construction Army (MCA) Project Number (PN) 76897 Aircraft, Wheeler Army Airfield, Oahu, Hawaii

Notice Date
2/22/2021 1:31:32 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
W9128A21R0004
 
Response Due
3/12/2021 4:00:00 PM
 
Archive Date
10/30/2021
 
Point of Contact
Dayna N. Matsumura, Phone: 8088354379, Fax: 8088354396, Kent Tamai, Phone: 8088354377, Fax: 8088354396
 
E-Mail Address
Dayna.N.Matsumura@usace.army.mil, kent.a.tamai@usace.army.mil
(Dayna.N.Matsumura@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 announces its issues an unrestricted solicitation entitled, �FY21 Military Construction Army (MCA) Project Number (PN) 76897 Aircraft, Wheeler Army Airfield, Oahu, Hawaii� as described within this announcement.� � � � � � � � � � � � � � � � � � � �� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � This is a formal solicitation via a Best Value Trade-Off Request for Proposal (RFP) in accordance with FAR Part 15, which will follow this announcement.� 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 fixed price construction contract as a result of this solicitation.� Project Description: �FY21 MCA Aircraft Maintenance Hangar is a design-bid-build project consisting of constructing a modified standard design rotary wing aircraft maintenance hangar. Work includes an aircraft hangar, associated maintenance shops, administrative space, parts and tool storage, a hazardous materials storage facility, petroleum, oil and lubricants (POL) storage building, Ground Support Equipment (GSE) enclosed storage building, coverage storage, hangar access apron, aircraft washing apron with associated pavement, airfield fire pump building, special foundations, cyber security measures, building information systems, fire protection and alarm systems, Intrusion Detection System (IDS) installation, and utility monitoring control systems connection.� Supporting facilities include site development, utilities and connections, fire suppression systems including a separate water storage tank, lighting, paving, parking, walks, curbs and gutters, storm drainage, landscaping, and signage. Air conditioning will be provided by self-contained systems. Measures above minimum standard, but in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided.� Cybersecurity measures will be incorporated into this project.� Sustainability/Energy measures will be provided. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Place of Performance: Wheeler Army Airfield, Oahu, Hawaii.������� The performance of period is to be determined.� The project magnitude is $50,000,000 to $100,000,000. An organized site visit will not be conducted. The procurement will be evaluated on the following factors:� (a) Experience; (b) Past Performance; (c) Organization and Management Plan, (d) Small Business Participation Plan; and (e) Price.� Proposals will be evaluated to determine which Offeror provides the best value to the Government utilizing best value trade off procedures.� This process will result in an award of a single construction contract whose proposal represents the �Best Value� to 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, 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/d935cb5c31f847b1b89ed5ea24d24bab/view)
 
Place of Performance
Address: Wheeler Army Airfield, HI, USA
Country: USA
 
Record
SN05922834-F 20210224/210222230107 (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.