Search Contract Opportunities

Repair Building 500, Fort Shafter, Oahu, Hawaii

ID: W9128A23Z0023 • Type: Sources Sought

Description

THIS SOURCES SOUGHT NOTICE is for informational purposes only. THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Respondents will not be notified of the results of the sources sought or resulting market research.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Build Construction Solicitation for the Repair Building 500, Fort Shafter, Oahu, Hawaii. NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description:
Design, demolish and renovate the interior of existing historic Building 500 on Fort Shafter into a secure work area with a secured perimeter parking area. Renovate theater interior to accommodate a multi-story (3-Story) interior office space, while retaining the historical theater exterior facade as is. Design shall maintain historic aspects identified; Section 106 consultation is required. Renovation and repair work is expected to include, but is not limited to: Repair any damaged structure and architectural finishes, remove and install new walls, flooring, HVAC, plumbing, telecommunications, electrical, lighting, fire suppression, cybersecurity, antiterrorism, environmental, site work and an elevator. Interior build outs includes adding second and third floor spaces for secure work rooms and offices which may require structural footings, floors, and columns/walls.
Magnitude is $50M $100M
Interested PRIME CONTRACTORS should submit the following:

  1. Name of the firm, to include address, phone number and point of contact.
  2. Firm's UEI Number and CAGE Code, and expiration date in SAM.gov.
  3. Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.
  4. Narrative demonstrating construction of a secure work area, meeting Director of Central Intelligence Directive (DCID) 6/9 or Intelligence Community Directive (ICD) 705 (preferred) series accreditation guidelines while under a Construction Security Plan (CSP) and implemented with a Design-Build contract (provide the Designer of Record for the contract). The construction must also have been completed in the State of Hawaii or at a remote location similar to Hawaii (must describe how the location was similar to Hawaii in terms of the logistical (i.e., personnel, materials, equipment, transportation) challenges and/or considerations inherent in a project location that is isolated).
  5. Narrative demonstrating experience working with State Historical Preservation Office or Division (SHPO or SHPD) (i.e. process and coordination with the office(s)).
  6. Narrative demonstrating experience working in a constrained site area
  7. Narrative demonstrating experience working with compressed construction schedules.
  8. Narrative executing design-build construction contractsl.
  9. Narrative demonstrating mitigating supply chain/material delays and shipping of secured materials.
  10. Bonding capability for a single contract action of at least $50M and aggregate of at least $100M by the interested prime contractor.

Narratives shall be no longer than four (4) pages.
Email responses are required. Responses are to be sent via email to colin.k.waki@usace.army.mil and tristin.n.suetsugu@usace.army.mil no later than October 13, 2023, 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 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.

Overview

Response Deadline
Oct. 13, 2023, 8:00 p.m. EDT Past Due
Posted
Sept. 27, 2023, 4:23 p.m. EDT
Set Aside
None
Place of Performance
Fort Shafter, HI United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
14%
On 9/27/23 USACE Honolulu District issued Sources Sought W9128A23Z0023 for Repair Building 500, Fort Shafter, Oahu, Hawaii due 10/13/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Colin Waki   Profile
Phone
(808) 835-4393
Fax
(808) 835-4396

Secondary Contact

Name
Tristin N. Suetsugu   Profile
Phone
(808) 835-4400
Fax
8088354396

Documents

Posted documents for Sources Sought W9128A23Z0023

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W9128A23Z0023

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W9128A23Z0023

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W9128A23Z0023

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > US ARMY ENGINEER DISTRICT HAWAII
FPDS Organization Code
2100-W9128A
Source Organization Code
100255232
Last Updated
Sept. 27, 2023
Last Updated By
colin.k.waki@usace.army.mil
Archive Date
Oct. 28, 2023