The RFP Database
New business relationships start here

Sources Sought for Homeland Defense Radar (HDR) System Complex, Oahu, 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 AND Subcontractors interested in performing work on a potential design-bid-build construction solicitation(s) for the Homeland Defense Radar (HDR) System Complex, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.


** This sources sought is for the Power Plant. **
** NAICS:  237130 - Power and Communication Line and Related Structures **

Project Description:
Project Description: Homeland Defense Radar (HDR) System Complex project consists of a Power Plant, MDA Mission Control Facility (MCF), and Pacific In-Flight Interceptor Communications (IFICS) Data Terminal (IDT).


The Power Plant supporting facilities include electrical medium voltage distribution from the substation to the mission power plant, lightning protection and equipment grounding, water, and sewer. Site improvements include clearing, grubbing, grading, demolition, paving, walks and storm drainage. Information and Communications systems will include communication transmission lines, cybersecurity, and information management systems. Temporary infrastructure will support site improvements and preparation for construction. Improvements include temporary roads, construction free zone site fence, mobilization and demobilization. The estimated performance of period is 24 - 36 months. Magnitude is $100M - $250M.



The MCF project includes construction of a Homeland Defense Radar (HDR) System Complex to support a missile defense command and control components. The complex will consist of a high-altitude electromagnetic pulse (HEMP) constructed infrastructure to include a mission control facility. The complex will be within a System Security Level A (SSL-A) secure boundary with an entry control facility. Additional construction includes lightning protection, equipment grounding systems, electronic security system infrastructure, site boundary, and restricted area security fencing, barriers, and gates.
Supporting facilities include site development, electrical services, utility building and commercial power electric substation, water, sewer, wells, paving, walks, storm drainage, fire protection and alarm systems, site improvements and demolition, telecommunication distribution and information management systems. The project also includes wastewater, sewage collection and disposal facility. The estimated performance of period is 24 - 36 months. Magnitude is $100M - $250M.



The IFICS will consist for a high-altitude electromagnetic pulse (HEMP) protected, reinforced concrete building to house the IDT transmitter / receiver equipment, communication antenna with inflated protective radome, uninterruptable power supply (UPS), and standby generator. The IFICS includes redundant switchgear units, electrical breakers and transformers.
The IFICS consists of constructing a specially fabricated technical support building to include storage and administrative areas, office space for the maintainers, classified storage, classified network connections, and storage for system spares.
Additional construction includes switchgear concrete pad construction to meet site specific ground motion and seismic requirements, electric power, utilities, communication ducts, lighting and security fencing, pavements, roads, curbs and gutters, storm drainage, and physical and electronic security systems. The estimated performance of period is 24 - 36 months. Magnitude is $50M - $100M.



Interested Prime Contractors should submit the following:
a. Narrative demonstrating design-bid-build experience in similar type of work.
b. Project site was located at a discrete location. Discrete means an island surrounded by water and the shipment of supplies and materials are made either by air or by ocean / sea transportation.
c. Bonding capability for a single contract action of at least $100M and aggregate of at least $250M 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 in similar type of work.
b. The size of the crew(s) available to perform work.
c. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled 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 March 22, 2019, 2:00 p.m. Hawaii Standard Time.


Please reference sources sought W9128A-19-Z-0002 for the HDR-H projects with the NAICS Code 236220 - Commercial and Institutional Building Construction


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