Search Contract Opportunities

KNMD189008 F-22 COMPOSITE REPAIR FACILITY JOINT BASE PEARL HARBOR HICKAM (JBPHH) HI   4

ID: W912J6-19-R-5000 • Type: Synopsis 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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: July 26, 2019, 9:56 a.m. EDT
A SECOND SITE VISIT HAS BEEN SCHEDULED FOR 31 JUL 2019 AT 0900 HOURS. THOSE WITHOUT CURRENT ACCESS CREDENTIALS TO JBPHH WILL NEED TO COMPLETE AND SUBMIT THE EXHIBIT D FORM BY NO LATER THAN 0900 HOURS ON 29 JUL 2019. EMAIL THE COMPLETED FORM TO MANUEL.LLANES.MIL@MAIL.MIL, emilio.placencia@us.af.mil, douglas.pagala@us.af.mil and edward.chunfat.ctr@us.af.mil. PLEASE SEE THE Q&A DATED 26 JUL 2019 FOR MORE DETAILS.
Posted: July 9, 2019, 2:13 p.m. EDT
The United States Property and Fiscal Officer for Hawaii located in Kapolei, Hawaii intends to issue a Request for Proposal (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 to perform and complete the Project KNMD189008 CNS Add to F22 LOCRF B3408 on Joint Base Pearl Harbor Hickam (JBPHH), Hawaii. Project square footage is estimated at 61,800 SF. Project scope includes but is not limited to: construct a third bay addition to the current F-22 Low Observable/Composite Repair Facility (LO/CRF), special corrosion controlled environment for the LO bay, security measures, and specialty climate control systems to regulate temperature, humidity, airflow and fall protection. The project scope also requires tie in to the existing two bay LO facility while maintaining aircraft maintenance operations. In addition to a base price for the work described above the solicitation includes Government Options for this project: 1) OPTION 1 Storage Room, 2) OPTION 2 Roof Mount Photovoltaic System, 3) OPTION 3 Epoxy Floor Coating in Hangar Bay, 4) OPTION 4 Enhanced Screen Wall, 5) OPTION 5 Install Existing F-22 Emblem, 6) OPTION 6 Sunshade Removal, and 7) OPTION 7 KNMD162546 Repair Fire Suppression B3408. Five (5) sole-source brand name only requirements are anticipated: 1) Trane Tracer Summit V16 Building Controls 2) Det-Tronics Eagle Quantum Premier Fire Detection/Releasing System, 3) High Expansion Foam (HEF) Ansul Jet X , 4) Det-Tronics Eagle Quantum Premier Fire Detection/Releasing System for KNMD162546 and 5) Det-Tronics X3301 Flame Detectors for KNMD162546. Justification will be included with the solicitation with further details regarding the sole-source/brand name requirement. Magnitude of this project is between $10,000,000.00 and $25,000,000.00. Construction/contract completion time is 540 Days after notice to proceed to include inspection and punchlist. The North American Industry Classification System (NAICS) code for this work is 236220. This is a total small business set aside. The small business size standard is $36.5 million average annual revenue for the previous three years. Your attention is directed to FAR Clause 52.219-14(b)(4) LIMITATIONS ON SUBCONTRACTING which states "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for construction by a general contractors, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project. The tentative date for issuing the solicitation is on-or-about 09 Jul 2019. The tentative date for the pre-proposal conference is on-or-about 12 Jul 2019, 10:00 AM local Hawaii time at 154th Civil Engineering Squadron at 335 Gardner Drive, Building 3392 on JBPHH, Hawaii 96853. 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 pre-proposal conference. All questions for the pre-proposal conference must be submitted by 11 Jul 2019 via email (preferred) to manuel.llanes.mil@mail.mil and copy to mindy.k.klask.mil@mail.mil. The solicitation closing date is scheduled for on-or about 09 Aug 2019. Actual dates and times will be identified in the solicitation. The source selection process will be conducted in accordance with FAR Part 15.3 and DFARS Part 215.3, source selection procedures. Evaluation factors include Technical, Present/Past Performance and Price. The Government intends to award without discussions. Effective May 29, 2012 Government systems such as CCR and ORCA (on-line representations and certifications) are migrating to in System for Award Management (SAM). Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/ . FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf. (Please note the registration for access to the secure site takes approximately 14 business days. PLAN ACCORDINGLY) Reference paragraph 4.7 of the Vendor Guide for instructions to obtain a MPIN to retrieve the specification and drawing documents. Contractors who do not already have a MPIN are advised that the normal processing is 7 to 15 business days to obtain a MPIN password that will give them access to the plans and specifications, which are located in the controlled access location on FBO. See video in vendor guide at 3.3 on advanced functions for other information. Bidders/offerors who have registered with FedBizOpps must access the data for this solicitation with their MPIN. Bidders/Offerors cannot log into the FedBizOpps home page and search for data. This solicitation is not a competitive invitation for bid and there will not be a formal public bid opening. 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 https://www.fbo.gov/ 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 due to 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 or CD/DVD's. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. Place of performance is Joint Base Pearl Harbor Hickam (JBPHH), Hawaii.

Overview

Response Deadline
Aug. 16, 2019, 7:00 p.m. EDT (original: Aug. 9, 2019, 3:00 p.m. EDT) Past Due
Posted
July 9, 2019, 2:13 p.m. EDT (updated: Aug. 16, 2019, 12:35 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Joint Base Pearl Harbor Hickam Joint Base Pearl Harbor Hickam, HI 96853 USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 7/9/19 Hawaii National Guard issued Synopsis Solicitation W912J6-19-R-5000 for KNMD189008 F-22 COMPOSITE REPAIR FACILITY JOINT BASE PEARL HARBOR HICKAM (JBPHH) HI due 8/16/19. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y.
Primary Contact
Title
Contracting Specialist
Name
Manuel LLanes   Profile
Phone
(808) 844-6335
Fax
(808) 844-6340

Secondary Contact

Title
Contract Administrator
Name
Cezar de Veas   Profile
Phone
(808) 844-6422
Fax
None

Documents

Posted documents for Synopsis Solicitation W912J6-19-R-5000

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W912J6-19-R-5000

Award Notifications

Agency published notification of awards for Synopsis Solicitation W912J6-19-R-5000

Contract Awards

Prime contracts awarded through Synopsis Solicitation W912J6-19-R-5000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W912J6-19-R-5000

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W912J6-19-R-5000

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
Aug. 31, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Aug. 31, 2019