CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Updated)
- Updated Published Date: Aug 27, 2024 04:44 pm HST
- Original Published Date: Aug 01, 2024 02:40 pm HST
- Updated Date Offers Due: Sep 03, 2024 04:30 pm HST
- Original Date Offers Due: Sep 02, 2024 03:30 pm HST
- Inactive Policy: Manual
- Updated Inactive Date: Sep 30, 2024
- Original Inactive Date: Sep 30, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z2BZ - REPAIR OR ALTERATION OF OTHER AIRFIELD STRUCTURES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: JBPHH , HI 96853USA
Description
8/27/2024: Posting Solicitation Amendment 0003 and associated documents_____8/22/2024: Posting Solicitation Amendment 0003 and associated documents_____8/15/2024: Posting Solicitation Amendment 0002 and associated documents_____8/9/2024: Posting Solicitation Amendment 0001 and associated documents.___This is a Solicitation Notice, Request for Proposal Single Project RFP Set-Aside for 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 - KNMD202094 REPAIR CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI. Work covered in this project includes but is not limited to: repair of existing facility F-22 Light Low Observational, corrosion control, wash rack and fuel cell repair facility utilizing conventional design and construction methods to accommodate the mission of the facility. Repair minor spalls and crack in existing hangar floors then finish with protective sealant. Repair the facility exterior and replace facility life-cycle roof to align with the current base standards. Renovate functional maintenance shop space, restrooms equipped with shower and locker areas, and all associated administrative support and facility support spaces. All exterior and interior renovation will include painting. Replace existing facility 2-bay maintenance hangars to accommodate F-22 operations including bringing all required power (270 Voltage Direct Current), HVAC (power panels for equipment to provide cooling air for aircraft avionics), Fire Suppression, vacuum equipment, plumbing and drainage system, and electrical to all covered parking spots (2). Maintenance hangar doors are to be in compliance with current airfield hanger wind design requirements. Installation of airfield concrete pavement and concrete patching and sealing. Concrete, asphalt, and other site improvements. Fire Suppression upgrades to incorporate the 2021 Foam Fire Suppression Sundown directive. Seismic analysis and retrofitting upgrades, to include seismic bracing on installed equipment and augmenting bracing and connections, are included to ensure structural durability of the facility. Seismic upgrades to achieve Partial Life Safety Structural Performance Level S-3 and Non-Structural Performance Level N-A Operational, at a minimum. Facility will receive a lightning protection system adequate for F-22 operations. In addition to a base price for the work described above the solicitation includes Government Options for this project: 1. KalWall; 2. Paving; 3. 5-Coat Epoxy; 4. Entry Logo. The contract duration will be 550 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for 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 $10,000,000 and $25,000,000.A pre-proposal conference is scheduled on 06 August 2024, 08:00 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. A site visit will follow the preproposal conference. All questions for the pre-bid conference must be submitted by 05 August 2024 via email to cezar.y.deveas.mil@army.mil and copy to anthony.g.reyes1.civ @army.mil.The solicitation closing date is 02 Sep 2024. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with the Source Selection Procedures described in FAR 15.3, DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance and 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 posted within Procurement Integrated Enterprise Environment (PIEE) Solicitation Module and subsequently uploaded into the Contract Opportunities page at SAM.gov. Per the solicitation requirements, Offerors are required to submit their proposals through the vendor portal for solicitations within the PIEE platform. A Proposal Manager role is required to submit an offer to a solicitation posted in the PIEE Solicitation Module. A PIEE Solicitation Module Vendor Access Instructions is attached. If your company is new to PIEE and has no Account Administrator, the link below provides the general steps in getting started as a vendor to use the PIEE Solicitation Module and other PIEE applications:https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtmlThis 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 anthony.g.reyes1.civ @army.mil.Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states -By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, 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 contractors 85 percent subcontract amount that cannot be exceeded-.In accordance with FAR 36.211(b), the following information is provided:(1) 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.(2) 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.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR HIARNG DO NOT DELETE 4208 DIAMOND HEAD ROAD
- HONOLULU , HI 96816-4495
- USA
Primary Point of Contact
- Cezar DE VEAS
- cezar.y.deveas.mil@army.mil
- Phone Number 8088446422
Secondary Point of Contact
- Anthony Reyes
- anthony.g.reyes1.civ@army.mil
- Phone Number 808-844-6319
History
- Sep 30, 2024 06:00 pm HSTSolicitation (Updated)
- Aug 29, 2024 04:11 pm HSTSolicitation (Updated)
- Aug 29, 2024 12:03 pm HSTSolicitation (Updated)
- Aug 27, 2024 04:44 pm HSTSolicitation (Updated)
- Aug 22, 2024 03:46 pm HSTSolicitation (Updated)
- Aug 15, 2024 05:33 pm HSTSolicitation (Updated)
- Aug 09, 2024 12:16 pm HSTSolicitation (Updated)
- Aug 01, 2024 02:40 pm HSTSolicitation (Original)