MODIFICATION
Y -- KNMD109032 TFI Add to Comm B3385 KNMD082558 TFIRepair Comm Facility KNMD112550 TFI Repair Infrastructure B3385 KNMD069213TFI-F22 Weapons Load Crew Training Facility KNMD069212 TFIF22 Flight Simulator Facility Hawaii Air National Guard
- Notice Date
- 2/29/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707
- ZIP Code
- 96707
- Solicitation Number
- W912J6-12-R-0003
- Response Due
- 3/22/2012
- Archive Date
- 3/27/2012
- Point of Contact
- Katheryn M. LaPratt, Phone: 5862395839
- E-Mail Address
-
katheryn.lapratt.ctr@ang.af.mil
(katheryn.lapratt.ctr@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The United States Property and Fiscal Office for Hawaii located in Kapolei, Hawaii intends to issue a Request for Proposal (RFP) to award a single firm fixed-price construction contract for services, non personal to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary to perform and complete the following, one contract will be awarded for the following projects: KNMD109032 TFI -Add to Comm B3385, KNMD082558 TFI-Repair Comm Facility, KNMD112550 TFI- Repair Infrastructure B3385 (Comm), KNMD069213TFI-F-22 Weapons Load Crew Training Facility (WLT) and KNMD069212 TFI-F-22 Flight Simulator Facility (SIM) for the Hawaii Air National Guard. The work is located on Joint Base Pearl Harbor Hickam, Hawaii. In addition to a base price for the work described above the solicitation includes Government Options for each project: KNMD109032 (Add COMM Facility) 1. Automatic transfer switch; 2. Lanai Trellis; 3. Unit paver entry plaza; 4. Electric cart power outlet and associated signage; 5. Photo Voltaic System; 6. Remove three existing parking stalls in southwest corner of B3382 parking lot and provide landscaping and new curb; 7. East entry unit paver plaza and associated concrete sidewalk, tree wells, and lava seat walls; 8. Mass Notification System cabling, devices and equipment as required for a complete system, including system testing for Additional areas; 9. Site furnishings including bike rack and precast concrete benches. KNMD082558 (Repair COMM Facility) 1. Metal Lockers: 2. Shower benches; 3.Break room casework and sink; 4. Add two Antennae-Light Poles, and foundation. (COMM Cabling) 1. Mass Notifications system cabling, devices and equipment as required for a complete system, including system for repair areas. KNMD112550 (COMM Repair Infrastructure) 1. Landscaping. (WLT) 1. Epoxy Floor Coatings in Hangar Bay; 2. Roof Mounted PV System; 3. Enhanced Landscaping South of Campus Pedestrian Walkway; 4. Utility Yard Screen Wall; 5. Asphalt Parking Lot; 6. Concrete Parking Lot; 7. Storm Water Line- Flush and Clean; 8. Mass Notification System; 9. Relocation of Aircraft Sunshades from storage and re-assembly on the F-22 CAPA Apron; 10. Enhanced Landscaping North of Campus Pedestrian Walkway (Excluding Trellis Superstructure) - Primarily around the break area, west of the WLT facility; 11. Trellis/Sunshades North of Campus Pedestrian Walkway; 12. Landscaping along main facility walkway and some landscaping dispersed around the WLT site (Note: the Government may award Option 5 or 6 but it will not award both. KNMD069212 (SIM) 1. Epoxy Floor Coatings in FMT Bays; 2. Storage Room 125; 3. Landscaping; 4. Outdoor Patio and Break Area; 5. Roof Mounted PV System; 6. Screen Walls; 7. Exterior Bollards; 8. Mass Notification System; 9. Sanitary Lift Station; 10. Parking Lot PV System; 11. Concrete Parking Construction; 12. Concrete Access Drive Construction; 13. Systems Furniture Utility Connections. Magnitude of the project is between $25,000,000.00 and $100,000,000.00. Construction/contract completion time is anticipated to take approximately 720 days after notice to proceed to include inspection and punch list. Each project will have their own independent schedule within a master schedule; Scheduling of this project will be one of the most critical components of this solicitation. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $33.5 million. This action is being procured on an SMALL BUSINESS SET ASIDE basis. The tentative date for issuing the solicitation is on or about 7 February 12. The tentative date for the pre-proposal conference is on or about 22 February 2012, 10:00AM local time at the 154WG/CES 335 Gardner Drive Building 3392, Joint Base Pearl Harbor Hickam, HI 96853. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference must be submitted by 13 February 2012 via email (preferred) to 127wg.angrckoomb@ang.af.mil and copy to katheryn.lapratt.ctr@ang.af.mil or fax 586-239-6582. The solicitation closing date is scheduled for on or about 22 March 2012. Actual dates and times will be identified in the solicitation. A source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3. Evaluation factors include Technical, Past Performance, and Price. The Government intends to award without discussions. Interested offerors must be registered in the DoD Central Contractor Registration (CCR) database. Firms can register via the CCR internet site at http://www.ccr.gov or by contracting the CCR Information Center at 1-888-227-2423. Interested offerors are required to submit their representations and certification on-in at http://orca.bpn.gov. You will need your DUNS number and CCR MPIN in order to log in to the Online Representation and Certification Application (ORCA) website. The solicitation and associated information and the plans and specifications will be available. The plans and specifications will be available ONLY from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool design to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (PLEASE NOTE THE REGISTRATION FOR ACCESS TO THE SECURE SITE TAKES APPROXIMATELY 5 BUSINESS DAYS. PLAN ACCORDINGLY-You must obtain plan and specifications through this site no hard copies or CD's will be distributed) Reference paragraph 4.4 of the Vendor Guide for instructions to retrieve the specification and drawing documents for this project. This solicitation is not a competitive bid and there will not be a formal public bid opening. 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 https://www.fbo.gov/ 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 due to 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 or CD's. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Joint Base Pearl Harbor Hickam, Hawaii.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA50/W912J6-12-R-0003/listing.html)
- Place of Performance
- Address: USPFO for Hawaii.. HI
- Zip Code: .
- Zip Code: .
- Record
- SN02686282-W 20120302/120229235547-5d811864d86ca7f3a340f0631201b6ff (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |