Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2022 SAM #7392
SOLICITATION NOTICE

Y -- Design-Build (DB) Repair Building 808 Vehicle Maintenance Facility, Building 703 Dining Facility, and Surfway Grocery Store, U.S. Army Garrison, Kwajalein Atoll, Republic of Marshall Islands

Notice Date
2/23/2022 2:36:59 PM
 
Notice Type
Presolicitation
 
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
W9128A22R0013
 
Archive Date
09/30/2022
 
Point of Contact
Tracy Tenholder, Phone: 8088354382, Merbby Joyce Nicolas, Phone: 8088354381
 
E-Mail Address
Tracy.N.Tenholder@usace.army.mil, merbbyjoyce.n.nicolas@usace.army.mil
(Tracy.N.Tenholder@usace.army.mil, merbbyjoyce.n.nicolas@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 intends to issue a formal solicitation via a Request for Proposals (RFP) in accordance with FAR 15, which will follow this announcement and will take place no sooner than 15 days from the publication of this announcement, for Firm Fixed-Price Design-Build (DB) Construction Services to Repair Building 808 Vehicle Maintenance Facility, Building 703 Dining Facility, and Surfway Grocery Store, U.S. Army Garrison, Kwajalein Atoll, Republic of the Marshall Islands. The US Army Garrison, Kwajalein Atoll is located Kwajalein Atoll in the Republic of the Marshall Islands (RMI), approximately 2,135 miles southwest of Hawaii. �Kwajalein Atoll is part of the Republic of Marshall Islands. �The Marshall Islands is not a part of the U.S. or its outlying areas. �Kwajalein Atoll is the world�s largest coral atoll surrounding the world�s largest lagoon. �Eleven of the 100 islands comprising the Atoll are leased by the United States from the RMI government. �Kwajalein Island is comprised of approximately 1.2 square miles of land mass and it the largest island in the atoll. �It contains most of the Garrison�s personnel and facilities and is the hub of military logistics in the Pacific, supporting the other leased islands.� Repair Building 808 Vehicle Maintenance Facility� The project repairs the failing building envelope, repairs the failing structural concrete footings, columns, floor beams and roof slabs, repairs the failing interior walls, repairs the failing mezzanine storage spaces, and repairs the failing transformer vault. Repair by replacement of the following: failed doors, windows and louvers, failed electrical wiring, conduits, panels, and lighting, failed plumbing and plumbing fixtures, failed compressed air system, and failed HVAC system in storage and administrative spaces. The project also includes the repair by replacement of rollup doors that currently serve once enclosed bays. Infill of existing skylights with reinforced concrete, installation of trench drains plumbed to new oil and flammable liquids separators are included as well as a building mechanical control system and utility meters that will be installed in accordance with Army guidance. A 100 LF of trenching and drain line within the 5' line will also be repaired. Asbestos Containing Material (ACM) and any other hazmat will be removed in connection with the repairs. Mission criteria and code requirements will be assessed during the design phase to define the requirements. Repair Building 703 Dining Facility The project repairs the failing building envelope; repairs the failing concrete columns and roof slab; repairs the failing interior walls; and repairs the HVAC and exhaust systems. Repair by replacement of the following: condemned portion of the facility (approx. 20% of square footage), to become the new kitchen; failed doors and windows; failed refrigeration equipment; failed electrical wiring, conduits, panels, and lighting; failed plumbing and plumbing fixtures. The project also includes the installation of a new fire suppression system, and the demolition of the existing containerized kitchen and covered walkway, which are currently used as a temporary cooking solution as the preexisting kitchen was condemned in 2012. New building control systems (BCS) and utility meters will be installed in accordance with Army guidance. Asbestos Containing Material (ACM) will be removed in connection with the major repairs to failed building components. The design will comply with all UFC requirements and local codes, to include the USAG-KA Installation Design Guide.� Repair Surfway Grocery Store The existing building footprint shall not be altered, except to perform spalling repairs and footing reinforcement as necessary. The following repairs shall be performed on the exterior walls and roof: complete spalling repair of existing concrete/CMU; replace existing windows and exterior doors; infill boarded up window openings with concrete; demolish the existing metal building enclosing the cashier annex and replace with more robust construction featuring CMU walls and insulated concrete/Hydrostop roof; replace the existing metal cover at the facility entrance; insulate and build out the existing walls and roof of the standing seam aluminum unconditioned storage area to provide conditioned space for dry goods storage and employee lockers; replace the rotting wooden walls and roof of the conditioned refrigeration equipment room and HV AC mechanical room with insulated roof and wall construction appropriate for the corrosive Kwajalein environment. The following repairs shall be performed on the facility interior: replace existing flooring; repaint; improve the layout of administrative office areas; replace bathroom fixtures and repair plumbing; repair electrical distribution and fixtures as required. The following major systems shall be replaced/upgraded: electrical service; HV AC; fire notification. The existing facility does not feature a fire suppression system; a code compliant fire suppression system shall be designed by a registered Fire Protection Engineer (FPE) and installed by the Contractor. The existing LED lighting was installed in 2018 and shall be reused to the extent possible. The existing facility does not feature backup power generation. The contractor shall install a new backup generator and construct a new generator enclosure. The existing facility features a security system, which includes interior and exterior security cameras and alarms on all exterior doors. All project work must be coordinated with the facility operations staff and security system subcontractor to ensure that security requirements are met during and after construction. The Government intends to solicit this requirement as an unrestricted procurement. �The North American Industry Classification System (NAICS) codes that will be used under this solicitation is 236220, Commercial and Institutional Building Construction. �The small business size standard for this NAICS code is $39.5M average annual revenue. � The acquisition will utilize a two-phase solicitation. �One solicitation will be issued covering both phases. �Phase 1 is the pre-selection phase (this phase does not include the submission of a price proposal). �Proposals will be evaluated in Phase 1 to determine which offerors will submit proposals for Phase 2 and an amendment will be issued to those selected offerors (maximum of five). � The Government is targeting to award one stand-alone contract to the responsible offeror whose proposal represent the best value to the Government. � The estimated magnitude of this contract is between $25,000,000 and $100,000,000. The solicitation is expected to be available on or about March 10, 2022. � The solicitation and all amendments for this Request for Proposals will be posted on https://www.sam.gov. No CDs or hard copies will be made available. �It is the offeror�s responsibility to check for any posted changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website.� Offerors must maintain an active registration with the System for Award Management (SAM) website to be eligible for contract award. �To register in SAM, go to https://www.sam.gov. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0192f6b45ef249adbf34ebe8d956b19e/view)
 
Place of Performance
Address: Kwajalein, MHL
Country: MHL
 
Record
SN06249135-F 20220225/220223230105 (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.