Search Contract Opportunities

Construction of P/N 150084 Kalaeloa Readiness Center Addition, Kapolei, HI   4

ID: W912J6-23-R-0006 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

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 "150084 Kalaeloa Readiness Center Addition located on the Hawaii Army National Guard, 29th Infantry Brigade Combat Team (29th IBCT) in Kapolei, HI. Work covered in this scope includes, but is not limited to, site development, concrete work, masonry, metals, wood and plastics, thermal and moisture protection, doors and windows, finishes, specialties, equipment, mechanical, electrical and communications work.

Edwards for Interior Fire Alarm and Mass Notification System and Automated Logic Corporation for Controls and Instrumentation, are sole source/brand name specific for compatibility to existing Bldg. 29 Fire Alarm and Mass Notification Control Unit (FMCU) and control systems (noted justifications will be included with solicitation).

In addition to a base price for the work described above the solicitation includes Government Options for this project: 1. Landscaping; 2. Parking Structure and PV System; 3. Interior Doors and Sidelites; 4. 1st Floor Windows; 5. Flagpoles; 6. Precast Concrete Mech Yard; 7. Architectural Precast Concrete Panels.

The contract duration will be 720 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.

The tentative date for issuing the solicitation is on-or-about 12 June 2023. The tentative date for the pre-proposal conference is on-or-about 20 June 2023, 08:30 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 19 June 2023 via email to cezar.y.deveas.mil@army.mil and copy to anthony.g.reyes1.civ @army.mil.

The solicitation closing date is tentatively planned for on-or-about 13 July 2023. 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 available only from the Contract Opportunities page at SAM.gov.

This 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 contractor's 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 offeror's 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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Overview

Response Deadline
May 25, 2023, 9:30 p.m. EDT Past Due
Posted
May 9, 2023, 9:47 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
HI 96707 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Sole Source
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/9/23 Hawaii National Guard issued Presolicitation W912J6-23-R-0006 for Construction of P/N 150084 Kalaeloa Readiness Center Addition, Kapolei, HI due 5/25/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
Cezar Y. de Veas   Profile
Phone
(808) 844-6422
Fax
(808) 844-6340

Secondary Contact

Name
Anthony Reyes   Profile
Phone
(808) 844-6319
Fax
None

Documents

Posted documents for Presolicitation W912J6-23-R-0006

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912J6-23-R-0006

Award Notifications

Agency published notification of awards for Presolicitation W912J6-23-R-0006

Contract Awards

Prime contracts awarded through Presolicitation W912J6-23-R-0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912J6-23-R-0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912J6-23-R-0006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7M4 USPFO ACTIVITY HI ARNG
FPDS Organization Code
2100-W912J6
Source Organization Code
100258080
Last Updated
June 9, 2023
Last Updated By
cezar.y.deveas.mil@mail.mil
Archive Date
June 10, 2023