Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2025 SAM #8619
SOLICITATION NOTICE

Z -- B1055 TENT POWER JBPHH Hawaii

Notice Date
6/30/2025 6:04:40 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W7M4 USPFO ACTIVITY HIANG 154 KAPOLEI HI 96707-0000 USA
 
ZIP Code
96707-0000
 
Solicitation Number
W50SLF25RA001
 
Response Due
7/3/2025 1:00:00 PM
 
Archive Date
07/18/2025
 
Point of Contact
Clesson Paet, Phone: 8088446333, Cezar Y. de Veas, Phone: 8088446422, Fax: 8088446340
 
E-Mail Address
clesson.k.paet.civ@army.mil, cezar.y.deveas.mil@army.mil
(clesson.k.paet.civ@army.mil, cezar.y.deveas.mil@army.mil)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
This is a combined Synopsis/Solicitation Notice, Request for Proposal Single Project RFP Set-Aside for Woman Owned Small Businesses NAICS Code: 236220 � Commercial and Institutional Building Construction The Hawaii National Guard intends to issue a Request for Proposals (RFP) to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for the Construction of � B1055 DET-1 TENT POWER, JBPHH HI 96853-5517 Scope of Work on this project includes the installation of new electrical circuits and outlets to the existing modular and elevated offices located on the floor space of B1055, as well as installing two (2) new outlets on the other side of the floor space to power different tents. Main electric power will be provided by the existing B1055 electrical main breaker and/or by upgrading the new electrical panel installed in 2023. Furthermore, this project will evaluate the structural integrity of the elevated office and repair anything that is needed to create a safe space for the end users. The contract duration will be 90 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Woman Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 236220, with a small business size standard of $45,000,000. The magnitude of construction is between $100,000 and $250,000. A pre-proposal conference is scheduled on 12 June 2025, 10:00 am local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation The solicitation closing date is 3 June 2025. Actual dates and times will be identified in the solicitation. The request for proposal uses streamlined simplified acquisition procedures pursuant to FAR Part 13. The Government intends to award a firm fixed price contract resulting from this solicitation to the responsible vendor whose quote conforms to the solicitation, meets the minimum requirements, and will be the most advantageous to the Government, price and other factors are considered. The following factors shall be used to evaluate vendors: Factor 1 � Price. The Government intends to award a contract without conducting discussions. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.SAM.gov. Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to SAM.gov. If you have any questions concerning this procurement you are encouraged to email your questions to cezar.y.deveas.mil@army.mil and copy to clesson.k.paet.civ@army.mil. Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, General Construction which states �By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for Construction by special trade contractors, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded�. In accordance with FAR 36.211(b), the following information is provided: The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204. Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available, but will be compiled and provided in future announcements. DISCLAIMER: The official plans and specifications are located on the official Government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1846a284b3ca406ca9463c5a753eec3a/view)
 
Place of Performance
Address: JBPHH, HI 96853, USA
Zip Code: 96853
Country: USA
 
Record
SN07493561-F 20250702/250630230044 (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.