The RFP Database
New business relationships start here

FY17 Repair North Drainage, Over Head Secondary Lines and Telecommunications, Pohakuloa Training Area, Island of Hawaii, Hawaii


Hawaii, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1. NOTICE:

This Sources Sought Synopsis is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought. The Sources Sought is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response.


The United States Army Corps of Engineers, Honolulu District (POH) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought.


The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is (237990) Other Heavy and Civil Engineering Construction which has a corresponding Size Standard of $36.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code.


2. PROJECT DETAILS:


This design-bid-build (DBB) project is to repair the north area drainage of the Pohakuloa Training Area (PTA) cantonment to enable a more efficient system to divert runoff away from facilities on and off thecantonment. This will be accomplished with a combination of mortared riprap channels, gabion mattress swales, trench drains, permeable paver vehicular areas, infiltration beds and drain sumps. The work will also require all overhead secondary lines in the cantonment will be replaced with new underground electrical lines. Telecommunications infrastructure will also be replace to accommodate the future facilities under the Facilities Improvement Plan (FIP).


The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks, which includes civil infrastructure work, electrical and telecommunications work.


The estimated value ranging from $20M - $30M.


3. CAPABILITY STATEMENTS:


The Government requests interested parties to submit the following information:


(a) Company's Information [point of contact, name, address, phone number, email, and Commercial and Government Entity (CAGE) Code];


(b) Type of business, status, and size [e.g., 8(a) [including graduation date], HUBZone-certified small business, Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 237990];


(c) History of relevant design-bid-build construction experience of at least two (2) projects in the $20M - $30M range at a location similar to the Pohakuloa Training Area (PTA) and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];


(d) Familiarity of construction climate for projects at the Pohakuloa Training Area, Hawaii island;


(e) Ability to obtain bonding for this project;


(f) Being able to perform 25% of the work with its own workforce; and


(g) List of subcontractors and the type of work each subcontractor is anticipated to perform.



5. RESPONSE INFORMATION:


Interested and qualified sources are highly encouraged to provide all information requested above. Responses may be submitted in PDF or Microsoft Word Format. In order to be considered in this market survey, please reply by 2:00 PM MDT, 1 June 2017.


Information is limited to 5 single sided pages.


THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note it is required that interested contractors be registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will he government pay for any information solicited or delivered. Information shall be submitted electronically in PDF or Microsoft Word Format to Dayna Matsumura at Dayna.n.matsumura@usace.army.mil AND Kent Tamai at kent.a.tamai@usace.army.mil by June 1, 2017 at 2:00 p.m. Hawaii Standard Time



PLEASE NOTE: At this time, the Honolulu District is only interested in responses from prime contractors with similar project experience with the ability of having a bonding capability of a minimum of $20M per contract.


Kelly J. Jones, Contract Specialist, Phone 808-835-4370, Fax 808-835-4396, Email Kelly.J.Jones@usace.army.mil - Dayna N. Matsumura, Contract Specialist, Phone 808.835.4379, Fax 808.835.4396 , Email Dayna.N.Matsumura@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP