SOURCES SOUGHT: FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii

THIS SOURCES SOUGHT NOTICE is for informational purposes only.  THE SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR INVITATION FOR BID.

The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction solicitation for the FY22 Repair Building 118, Wheeler Army Airfield, Oahu, Hawaii.  NO SOLICITATION IS CURRENTLY AVAILABLE.

Project Description:

The purpose of this project is to repair or replace deteriorated and failing building components. Work includes the demolition and repair of existing interior walls and/or interior finishes, replacement of failing HVAC, lighting, electrical, communication, fire alarm, and plumbing. Repair work for B118 shall meet or exceed UEPH Army Standards (10 Jul 2012) and conform to Standard Design layout per 2/1 Market Style Plan (20 Apr 2012) to the maximum extent possible.

Magnitude is $25M – $50M

Interested PRIME CONTRACTORS should submit the following:

  1. Narrative demonstrating design-bid-build experience in similar type of work with a contract award amount of $20M at a remote location with a limited footprint next to existing/occupied facilities in a populated area.
  2. If the design-bid-build experience from paragraph a above was not in a remote location with a limited footprint next to an existing building in a populated, provide construction experience working at a location comparable in setting to Wheeler Army Airfield, Oahu, Hawaii.
  3. Bonding capability for a single contract action of at least $25M and aggregate of at least $50M by the interested prime contractor.
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.
  5. 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.

Interested Small Business Subcontractors should submit the following:

  1. Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
  2. The size of the crew(s) available to perform work.
  3. Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service Disabled Veteran Owned Small Business, or Small Disadvantaged Business
  4. UEI and CAGE CODE, Expiration date in SAM.GOV.

Narratives shall be no longer than two (2) pages.

Email responses are required.  Responses are to be sent via email to colin.k.waki@usace.army.mil and kent.a.tamai@usace.army.mil no later than January 18, 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.

  • Original Set Aside: 
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Wheeler Army Airfield , HI USA

Full details via beta.sa.gov

SOURCES SOUGHT: Renovation of Building 1300

THIS IS A SOURCES SOUGHT NOTICE FOR FTQW 17-1015 RENOVATION OF BUILDING 1300 AT EIELSON AIR FORCE BASE, ALASKA.

The United States Air Force at Eielson Air Force Base, Alaska is seeking to identify interested offerors qualified to renovate approximately 4,600 square feet of the center living portion of building 1300. The facility was constructed in 1961 to be a Combat Alert Cell and approximately 25,126 square feet. The center core area is a three-story living space with two bays on each side of the core.  The center core improvements shall include new flooring, energy efficient windows, and exterior personnel doors, replacement of ceiling and wall finishes. The Contractor shall provide construction in accordance with THE Statement of Work (SOW).

In accordance with Federal Acquisition Regulation (FAR) 36.204, Disclosure of the Magnitude of Construction Projects, the anticipated price is from $1,000,000 to $5,000,000. The anticipated North American Industry Classification System (NACIS) code is 236220, with a size standard of $39.5M. The Government is contemplating a Firm Fixed Price (FFP) contract.

If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to the Sources Sought or any follow up information requests. Respondents will not be notified for the results.

The information requested will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.

The following information is requested from interested offerors:

  • Business Name
  • Point of contact name, email, and telephone number.
  • Cage Code and DUNS number
  • Capabilities to perform and/or hire qualified personnel/subcontractors for this type of acquisition
  • Applicable business size i.e. large business, small business, SBA Certified 8(a) Program Participant, SBA Certified HUB Zone, Service Disabled Veteran Owned Business, Woman Owned Small Business

Interested offerors should send the above information via email to Chrissina Dural, chrissina.dural@us.af.mil and Kerry Kirby, kerry.kirby@us.af.mil. All correspondence sent via email shall contain a subject line that reads FTQW 17-1015, Renovation of Building 1300. Ensure only PDF type of files are included with your email, if applicable. All firms should be registered in the System for Award Management (SAM) located at http://www.sam.gov .

  • Original Set Aside:
  • Product Service Code: Z2JZ – REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance: Eielson AFB , AK 99702 USA

Full details via beta.sam.gov