Search Contract Opportunities

Corrosion Control Facility B3407, HIANG, JBPHH, HI   4

ID: W50SLF24R0003 • Type: Solicitation
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
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 29, 2024, 10:15 p.m. EDT
8/29/2024: Posting Amendment 0005 and associated documents within PIEE/Solicitation Module_____8/29/2024: Uploaded Amendment 0004 within PIEE/Solicitation Module_____8/29/2024: Posting Solicitation Amendment 0005 and associated documents. Due to technical difficulties, Amendment 0004 and 0005 were not embedded within PIEE/Solicitation Module and rather are directly uploaded into SAM.gov for this Contract Opportunity _____8/27/2024: Posting Solicitation Amendment 0004 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.
Posted: Aug. 29, 2024, 6:03 p.m. EDT
Posted: Aug. 27, 2024, 10:44 p.m. EDT
Posted: Aug. 22, 2024, 9:46 p.m. EDT
Posted: Aug. 15, 2024, 11:33 p.m. EDT
Posted: Aug. 9, 2024, 6:16 p.m. EDT
Posted: Aug. 1, 2024, 8:40 p.m. EDT
Background
The Hawaii National Guard is issuing a Request for Proposals (RFP) to award a single firm fixed-price contract for the construction of the Corrosion Control Facility B3407 at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii.

The goal of this contract is to provide all necessary labor, materials, and supervision for the repair and renovation of the facility, which supports F-22 operations.

Work Details
The project includes various construction tasks such as:

- Repairing existing facility structures including the F-22 Light Low Observational corrosion control wash rack and fuel cell repair facility.
- Addressing minor spalls and cracks in hangar floors with protective sealant.
- Renovating maintenance shop spaces, restrooms with showers and lockers, and administrative support areas.
- Painting both exterior and interior surfaces.
- Replacing the facility roof to meet current base standards.
- Upgrading maintenance hangars to accommodate F-22 operations with necessary power, HVAC, fire suppression systems, plumbing, drainage, and electrical installations.
- Ensuring compliance with airfield hanger wind design requirements for hangar doors.
- Installing airfield concrete pavement along with patching and sealing.
- Upgrading fire suppression systems per 2021 directives.
- Conducting seismic analysis and retrofitting to achieve specified performance levels.
- Installing a lightning protection system suitable for F-22 operations.

Additionally, there are government options available for KalWall installation, paving work, a 5-coat epoxy flooring system, and entry logo signage.

Period of Performance
The contract duration is set for 550 calendar days following the notice to proceed.

Place of Performance
The construction projects will be performed at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii.

Overview

Response Deadline
Sept. 3, 2024, 10:30 p.m. EDT (original: Sept. 2, 2024, 9:30 p.m. EDT) Past Due
Posted
Aug. 1, 2024, 8:40 p.m. EDT (updated: Aug. 29, 2024, 10:15 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
JBPHH, HI 96853 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$10,000,000 - $25,000,000 (value based on agency estimated range)
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 8/1/24 Hawaii National Guard issued Solicitation W50SLF24R0003 for Corrosion Control Facility B3407, HIANG, JBPHH, HI due 9/3/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2BZ.
Primary Contact
Name
Cezar DE VEAS   Profile
Phone
(808) 844-6422

Secondary Contact

Name
Anthony Reyes   Profile
Phone
(808) 844-6319

Documents

Posted documents for Solicitation W50SLF24R0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W50SLF24R0003

Award Notifications

Agency published notification of awards for Solicitation W50SLF24R0003

Contract Awards

Prime contracts awarded through Solicitation W50SLF24R0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W50SLF24R0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W50SLF24R0003

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
Oct. 1, 2024
Last Updated By
cezar.y.deveas.mil@army.mil
Archive Date
Sept. 30, 2024