The RFP Database
New business relationships start here

FY19 Repair by Replacement Various Facilities, Blocks A & B, 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.

THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

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 solicitation for the FY19 Repair by Replacement Various Facilities, Blocks A & B, Pohakuloa Training Area, Island of Hawaii, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.


Project Description:
Repair for the various facilities at Blocks A & B at Pohakuloa Training Area shall include site grading and utility improvement. The existing structures are to be completely demolished, and the existing slabs-on-grade are to remain. The new buildings shall constructed in accordance with the plans and specifications, and within the constraints of the existing building footprints.
Estimated cost of construction is $10M to $25M.


Interested PRIME CONTRACTORS should submit the following:
a. Narrative demonstrating design-bid-build experience in similar type of work in a location similar to the Pohakuloa Training Area (PTA). If the experience is not at PTA, provide an explanation why the location is similar to PTA.
b. If the design-bid-build experience from paragraph a above, was not located at PTA, provide construction experience working on a remote location like PTA on the Island of Hawaii or a similar location.
c. Bonding capability for a single contract action of at least $10M and aggregate of at least $25M by the interested prime contractor.
d. DUNS/CAGE CODE, Expiration date in SAM.GOV.
e. Indicate whether your firm is a large business or small business and indicate applicable socio-economic category of FAR PART 19.


Interested Small Business Subcontractors should submit the following:
a. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
b. The size of the crew(s) available to perform work.
c. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
d. DUNS/CAGE CODE, Expiration date in SAM.GOV.


Narratives shall be no longer than two (2) pages.


Email responses are required. Responses are to be sent via email to dayna.n.matsumura@usace.army.mil, and kent.a.tamai@usace.army.mil no later than May 9, 2019, 2:00 p.m. Hawaii Standard Time.


Responses to this sources sought announcement will be used by the 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 of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov/portal/public/SAM/ for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.


Dayna N. Matsumura, Contract Specialist, Phone (808)835-4379, Fax (808)835-4396, Email Dayna.N.Matsumura@usace.army.mil - Kent Tamai, Contracting Officer, Phone 808-835-4377, Fax 808-835-4396, Email kent.a.tamai@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP