Design-Bid-Build FY24 Army Family Housing (AFH) Replacement Construction, Kwajalein Atoll, Republic of the Marshall Islands
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Jan 25, 2024 09:42 am HST
- Original Response Date: Feb 08, 2024 02:00 pm HST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Feb 23, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1FA - CONSTRUCTION OF FAMILY HOUSING FACILITIES
- NAICS Code:
- 236115 - New Single-Family Housing Construction (except For-Sale Builders)
- Place of Performance: MHL
Description
Subject: Design-Bid-Build FY24 Army Family Housing (AFH) Replacement Construction, Kwajalein
Solicitation Number: W9128A-24-Z-0004
Place of Performance: Kwajalein Atoll, Republic of the Marshall Islands
This announcement constitutes a Sources Sought Synopsis (market survey). This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction for the FY24 Design-Bid-Build Army Family Housing (AFH) Replacement Construction, Kwajalein, Republic of the Marshall Islands.
Project Description:
The Design-Bid-Build (DBB) Contractor shall construct a minimum of Construct 10 four-bedroom units (1,800 SF) and 10 three-bedroom (1,600 SF) units for Company Grade Officers and their families. Project includes required structural slab which comply with the provisions of UFC 4-711-01, Family Housing. Each replacement housing unit includes living areas, kitchen, bathrooms, bedrooms, storage, and laundry room. Heating, ventilation, and air conditioning will be provided. Project includes roofing, wall insulation, fire protection and alarm system, dishwasher, range/oven exhaust hood, telephone and internet wiring, individual air conditioning controls, hard-wired interconnected smoke detectors, storage, applicable military physical and informational security systems, and all equipment and Government furnished/contractor installed appliances for functional living units. Materials for construction shall be corrosion resistant, mold resistant, termite resistant, and meet air tightness per International Energy Conservation Code. Supporting facilities include required utility systems and connections, security lighting, paving, walks, curbs, gutters, fencing, gates, signage, dumpster pad, trash enclosures, and site improvements. Each dwelling unit will be individually metered to comply with ECB 2015-2 (Advanced Metering and Connectivity). Project will comply with Department of Defense Antiterrorism and Force Protection (AT/FP) requirements to include mass notification system, and other site measures.
This will be a Firm-Fixed-Price Contract.
Project magnitude is between $25,000,000 and $100,000,000.
Interested PRIME CONTRACTORS shall submit the following:
- Your intent to submit a proposal for this project when it is formally advertised.
- Name of firm with address, phone, and point of contact.
- UEI/CAGE code, registered in System for Award Management (SAM) at www.sam.gov
- Size of Firm (Large or Small), to include category of small business, Service-Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Business (WOSB).
- Bonding capability for single contract action in the magnitude of this project/
- Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length.
- Payment for Delivered/Stored Materials Feedback:
- Types of material item(s) to be considered for payment when delivery is made.
- The rationale why the material item(s) should be considered.
- Indicate if the respondent is a prime contract, subcontractor, or supplier.
- Economic Price Adjustment Feedback:
- What materials / commodities would be in demand that would have an impact in executing subject project?
- What materials / commodities are volatile in today’s market that are required to execute subject project?
- What changes do you anticipate in relevant material costs and supply-chain snarls that may impact the cost and completion time for subject project?
- Is there concern with the stability of market or labor conditions that will exist during this project’s contract performance?
Responses to this announcement will be used by Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method acquisition.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
- FORT SHAFTER , HI 96858-5440
- USA
Primary Point of Contact
- MERBBY JOYCE Nicolas
- merbbyjoyce.n.nicolas@usace.army.mil
- Phone Number 8088354381
Secondary Point of Contact
- Raymond Greenheck
- raymond.r.greenheck@usace.army.mil
- Phone Number 8088354392
History
- Feb 23, 2024 06:55 pm HSTSources Sought (Original)