W50SLF-24-X-0ZZ5 – Sources Sought – CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI

Apr 26, 2024 | Sources Sought

CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI

Category: Z- Maint, Repair, Alter Real Property – Potential Sources Sought

Date Published: April 25, 2024

Contact: Purchasing & Contracting Division, USPFO for Hawaii, 91-1179 Enterprise Ave, Bldg 117, Kapolei, HI 96707-2150, POC Cezar Y. de Veas

SYNOPSIS: KNMD202094 REPAIR CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI SOURCES SOUGHT.

The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond. USPFO for Hawaii may issue a solicitation and award of a contract to “Repair Corrosion Control Facility B3407, HIANG” located on Joint Base Pearl Harbor-Hickam (JBPHH), HI.

The magnitude of this project is between $10,000,000 and $25,000,000. Project square footage is estimated at 17,114 SF. 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.  All work shall be completed in accordance with Government supplied drawings, specifications, and the contract. The Contractor must coordinate with the HIANG, 154 Civil Engineer Squadron (154 CES) to access the work site as well as coordinate with the HIANG CES environmental section for any hazardous materials storage/disposal. It will be the responsibility of the Contractor to restore the facilities to their original condition if any damage occurs during construction.

Interested offerors are notified and cautioned that contractors may need to demonstrate technical capability with construction on an island environment or other remote geographic location with logistic concerns and tying into an existing facility without interruption to operations. Additionally, contractors may need to demonstrate technical capability with specialized HVAC systems, airfield concrete pavement, and building roof/siding construction. All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a proposal as a prime contractor no later than 9 May 2024. NAICS Code 236220 applies to this project.

This notification, which shall not exceed five typewritten pages, must include (1) A positive statement of intent to bid as a prime contractor and (2) A completed and signed Sources Sought Information Request Form and (3) A listing of project completed within the last three years completed for both Federal, State, Local and private commercial industry clients; Include the following information for each project listed: the type of project, the total dollar value, the contract number, the location of performance, and the point of contact for owner/client, and if the construction on an island environment or similar location with remote logistic concerns and if the construction required tying into an existing facility without interruption to operations. Indicate if your firm was a prime or subcontractor during performance of the listed project, and if your firm was a subcontractor provide the name and point of contact information for the prime contract holder. (4) A brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project.

In the event that adequate and qualified small business contractors are not available for adequate competition of this project, it may be advertised and unrestricted. Completed information shall be sent electronically to Cezar de Veas, [email protected] and Anthony Reyes, [email protected]. Email subject line shall be titled- SOURCES SOUGHT KNMD202094 REPAIR CORROSION CONTROL FACILITY B3407, HIANG, JBPHH, HI-[INSERT YOUR FIRMS NAME]. No hand delivered or facsimile responses will be accepted.

Your attention is directed to FAR Clause 52.219-14(e)(3) LIMITATIONS ON SUBCONTRACTING which states, “By submission of an offer and execution of a contract, the Contractor agrees that in performance of the contract assigned a North American Industry Classification System (NAICS) code for in the case of a contract for General construction, the concern 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, applies to this project if set aside for small business.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.