Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

Y -- FY25 Company Operations Facility, Schofield Barracks, Oahu, Hawaii

Notice Date
6/17/2025 7:50:46 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST HONOLULU FORT SHAFTER HI 96858-5440 USA
 
ZIP Code
96858-5440
 
Solicitation Number
W9128A25RA003
 
Response Due
7/7/2025 1:00:00 PM
 
Archive Date
07/22/2025
 
Point of Contact
Kristin Schultz, Phone: 8088354391, Jennifer Ko
 
E-Mail Address
kristin.e.schultz@usace.army.mil, jennifer.i.ko@usace.army.mil
(kristin.e.schultz@usace.army.mil, jennifer.i.ko@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, �FY25 MCA PN76583 Company Operations Facility, South Range 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. A DRAFT solicitation package with plans and specification are included with this notice. 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: Construct a standard design of Company Operations Facilities at Schofield Barracks, Oahu, Hawaii. The project includes detached administrative module, supply (readiness) module with platoon offices, covered concrete hardstand area, and an option line for a gravel parking lot across the road. Site work includes but is not limited to cut and fill, site improvement, retaining wall, detention basin, landscaping, irrigation, utilities, parking, paving, curbs and gutters. This requirement will include the construction of five (5) new structures, two (2) 1-story Readiness Module buildings for Assembly/Storage occupancy (~10,200sf and ~13,800sf), two (2) 1-story Covered Hardstands for Storage occupancy (~3,500sf and ~4,300sf), and one (1) 2-story Admin Module building (~16,000sf). The project is designed to current NFPA, IBC, NEC codes as well as applicable UFCs and the Army Standard Design for company operations facilities. This project is required to provide current standard design facilities for four (4) companies and Troop Aid Station in the 225 Brigade Support Battalion, and is part of a Brigade Complex, which will consolidate the 2nd Infantry Brigade Combat Team, 25th Infantry Division in the South Range District of Schofield Barracks. The Company Operations Facilities are required to meet basic command and control, unit supply operations, Soldier and unit issued equipment storage, Soldier equipment maintenance and inspection, deployment preparation, and high technology/dollar items equipment storage activities in a unitized single structure. The estimated period of performance is 1,326 calendar days for Base + Option. The Government anticipates the acquisition will be lowest priced technically acceptable based on the following criteria: 1) Past Performance; 2) Technical Approach and 3) Price. Project magnitude, in accordance with DFARS 236.204, is between $100,000,000.00 to $250,000,000.00. In accordance with FAR Subpart 22.5, Use of Project Labor Agreements for Federal Construction Projects, FAR Provision 52.222-33 and FAR Clause 52.222-34 will apply to this requirement. Large Business Concerns will be required to submit a subcontracting plan with their price proposal that will be assessed in accordance with the current DoD Checklist for Reviewing Subcontracting Plans. To promote early engagement between Prime Contractors and Subcontractors, the following anticipated goals are being provided. The U.S. Army Corps of Engineers considers the following goals reasonable and achievable for the performance of this requirement: 45% of subcontracted amount with small business; 14.8% of subcontracted amount with small disadvantaged business; 12% of subcontracted amount with woman-owned small business; 2.9% of subcontracted amount with HUBZone small business; 1.5% of subcontracted amount with veteran owned small business; 1.2% of subcontracted amount with service-disabled veteran owned small business. SITE VISIT (CONSTRUCTION), The site visit is anticipated to be held on July 15, 2025, at 0930 Refer to attached Site Visit_Map for location of meeting point Military Base access will be required, Primes interested in attending the site visit must complete the attached Site Visit_Base Pass Request spreadsheet. Include information of all individuals (Prime and Subcontractors) that will be attending. Submit completed spreadsheet via email by July 7, 2025 at 10 a.m. HST, to kristin.e.schultz@usace.army.mil and jennifer.i.ko@usace.army.mil. Primes must also complete the attached Site Visit_Range Request Form (only one (1)) Subcontractors will be signed in under their respective Prime(s) Prime must date, and complete the signature of requester, print name, and phone number lines. Submit completed form via email by July 7, 2025 at 10 a.m. HST, to kristin.e.schultz@usace.army.mil and jennifer.i.ko@usace.army.mil. Due to the terrain, 4-wheel drive is recommended. At a minimum, closed toe shoes and long pants required. Carpooling is recommended Any updates and/or additional information will be provided at solicitation issuance. It is the Offeror�s responsibility to check for any posted changes to the synopsis and 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/404ca9e1e0b44799a768c9eef39e9eb1/view)
 
Place of Performance
Address: Schofield Barracks, HI, USA
Country: USA
 
Record
SN07480456-F 20250619/250617230048 (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.