UPGRADE HILO COMPLEX

expired opportunity(Expired)
From: Federal Government(Federal)
W50SLF-21-X-0FHT

Basic Details

started - 02 Feb, 2021 (about 3 years ago)

Start Date

02 Feb, 2021 (about 3 years ago)
due - 17 Feb, 2021 (about 3 years ago)

Due Date

17 Feb, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
W50SLF-21-X-0FHT

Identifier

W50SLF-21-X-0FHT
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE ARMY (133387)NGB (17547)W7M4 USPFO ACTIVITY HIANG 154 (38)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

UPGRADE HILO COMPLEXCategory: Z- Maintenance, Repair, Alteration Real Property- Potential Sources SoughtDate Published: February 1, 2021Contact: Purchasing & Contracting Division, USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707-2150, POC Cezar Y. de VeasSYNOPSIS: MABE152003 UPGRADE HILO COMPLEX SOURCES SOUGHT.The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. USPFO for Hawaii may issue a solicitation and award of a contract to "Upgrade Hilo Complex” located on the Hawaii Air National Guard, 291st Combat Communications Squadron in Hilo, HI.The magnitude of this project is between $5,000,000.00 and $10,000,000.00. Work covered in this project includes: To upgrade the building envelope, modify interior lighting, and upgrade the HVAC systems of the five buildings at 291st CBCS, Hilo, HI. The buildings
included are 701, 702, 703, 704, and 705. Specifically required is to replace all existing jalousie louvered windows with energy efficient, double pane windows that meet AT/FP requirements and upgrading exterior doors to insulated doors. The existing roof condition will be investigated and the roof will be replaced or repaired as necessary. Alternatives will be investigated to upgrade the insulation in the exterior walls and roof to further enclose the building envelope. Suspended ceiling grids and lights will be installed in areas where there is no suspended ceiling grid and lights are surface mounted on the bottom of the roof deck. New HVAC systems will be installed with controlled intake and exhaust air and a DDC system. All work shall be completed in accordance with Government supplied Type A and B designs, specifications, and Contract drawings. The Contractor must coordinate with the 154 CES to access the work site as well as coordinate with the 154 CES environmental section for any hazardous materials storage/disposal. It will be the responsibility of the Contractor to restore the facilities to their original condition if any damage occurs during construction.Interested offerors are notified and cautioned that contractors may need to demonstrate technical capability with construction on an island environment or other remote geographic location with logistic concerns and tying into an existing facility without interruption to operations. Additionally, contractors may need to demonstrate technical capability with specialized HVAC systems. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 17 February 2021. NAICS Code 236220 applies to this project. Your attention is directed to FAR Clause 52.219-14(c)(3) LIMITATIONS ON SUBCONTRACTING which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business. This notification, which shall not exceed five (5) single sided typewritten pages, must include 1) a positive statement of intent to bid as a prime contractor and 2) a completed and signed Sources Sought Information Request Form and 3) a listing of project completed within the last three (3) years completed for both Federal, State, Local and private commercial industry clients; Include the following information for each project listed: the type of project, the total dollar value, the contract number, the location of performance, and the point of contact for owner/client, and if the construction on an island environment or similar location with remote logistic concerns and if the construction required tying into an existing facility without interruption to operations. Indicate if your firm was a prime or subcontractor during performance of the listed project, and if your firm was a subcontractor provide the name and point of contact information for the prime contract holder and 4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project.In the event that adequate and qualified small business contractors are not available for adequate competition of this project, it may be advertised and unrestricted. Completed information shall be sent electronically to Cezar de Veas, cezar.y.deveas.mil@mail.mil. Email subject line shall be titled- SOURCES SOUGHT MABE152003 Upgrade Hilo Complex, HI-[INSERT YOUR FIRMS NAME]. No hand delivered or facsimile responses will be accepted.

Hilo ,
 HI  96720  USALocation

Place Of Performance : N/A

Country : United StatesState : HawaiiCity : Hilo

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Z2AZREPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS