Similar Projects
Waikapu Country Town
New Construction
Conception
$600,000,000 est. value
Wailuku, HI 96793

RFP - Consultant to Procure Developer/Agency to Develop County Owned Land
New Construction, Infrastructure
Bidding
$76,600,000 CJ est. value
Lahaina, HI 96761

Honoapiilani Highway Affordable Workforce Housing
New Construction, Infrastructure
Conception
$31,100,000 CJ est. value
Wailuku, HI 96793

Kumu Hou at Waikoloa
New Construction, Infrastructure
Pending Verification
$449,000,000 CJ est. value
Waimea, HI 96743

Last Updated 09/16/2022 06:09 AM
Project Title

RFQ - Architect/Engineering Services for Housing and Other Lodging Type Projects at Various Locations Under the Cognizance of NAVFAC Pacific

Physical Address View project details and contacts
City, State (County) Joint Base Pearl Hbr Hickam, HI 96860   (Honolulu County)
Category(s) Residential
Sub-Category(s) Single-Family Homes
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected October 2022
Bids Due View project details and contacts
Estimated Value $49,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Award Details Contract Award Date: Sep 13, 2022 Contract Award Number: N6274222D0004 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: LTTHDMEGDCP3 Contractor Awarded Name: DESIGN PARTNERS, INCORPORATED Contractor Awarded Address: Honolulu, HI 96814-3240 USA Base and All Options Value (Total Contract Value): $49000000.00 THIS IS A SOURCES SOUGHT SYNOPSIS. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL BE NO SOLICITATION AT THIS TIME. The intent of this synopsis is to identify Small Business Concerns and their socio-economic size classifications that are capable of providing professional Architect-Engineer (A-E) services in support of the Department of the Navy's programs for various housing projects and other lodging type projects under the cognizance of Naval Facilities Engineering Systems Command (NAVFAC) Pacific. The North American Industry Classification System (NAICS) is 541310 - Architectural Services. The applicable size standard is $8.0 million in annual receipts. The housing and other lodging type of architectural projects for design and engineering services that are expected to be performed under this contract include, but are not limited to: the execution and delivery of Military Construction (MILCON) project documentation (DD Form 1391), Functional Analysis Concept Development (FACD)/Design Charrettes; Final Design construction documents; technical surveys and reports including site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, Cost and Schedule Risk Analysis (CSRA), and others; construction cost estimates; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF&E); Collateral Equipment (CEQ) Buy Packages; and Post Construction Award Services (PCAS). PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to RFIs, site visits, and other miscellaneous services. Firm's specialized experience in specified design and engineering services shall include execution of experience in: (1) DD1391 or similar project programming document (2) FACD/design charrettes (3) Final Design construction documents. Firm's recent specialized experience in the design of relevant projects. "Relevant project" is defined as the design of a new housing development consisting of approximately 50 or more multi-family units (one- or two-story), $10 million or more in construction value, completed within the past ten (10) years immediately preceding the date of issuance of this notice, and in tropical environments similar to Hawaii and Guam. Revitalization, renovation, addition, and repair projects will not be considered as relevant projects; only new construction projects may qualify. The Government will be seeking the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria and the provisions of Federal Acquisition Regulation (FAR) 36.6, Architect-Engineer Services. All work performed during the life of the contract will be ordered by the Government on an as-needed basis through the issuance of firm fixed price Task Orders (TOs). The contract term is anticipated to be a 12-month base period with four (4) 12-month option periods or $49,000,000, whichever occurs first. There is no limit on the total value for all TOs awarded except that no award or combination of awards shall cause the maximum value of the contract to be exceeded. Individual contract Task Orders will be issued with statements of work which describe the nature of work to be performed and requirements for the period of performance. The Government makes no representation as to the number of Task Orders or the actual amount of work to be ordered. NAVFAC Pacific will use the responses to this Sources Sought synopsis to make the appropriate acquisition decision for the planned procurement. This is not an announcement of the availability of a solicitation nor is it a means of generating a plan-holder's list. After evaluation of the responses to this synopsis, a pre-solicitation announcement will be published on beta.SAM.gov if the Government intends to proceed with this procurement. It is requested that interested small businesses submit a brief capabilities statement package (no more than 15 pages in length, single spaced, 12-point font minimum) demonstrating the ability to perform the requested services. This documentation shall address, at a minimum, the following: (1) Relevant Experience to include experience in performing efforts of similar scope and complexity within the last ten (10) years within the past ten (10) years immediately preceding the date of issuance of this notice,, including contract number, indication if work was done as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein; and (2) Company profile to include number of employees, office location(s), DUNS number, CAGE Code, and statement regarding small business designation and status. Firms having the capability to perform this work are invited to submit the required information by 2:00 PM HST on 7 December 2021. Documents may be submitted via electronic mail to shaun.bissen@navy.mil and shaun.m.bissen.civ@us.navy.mil or sent via United States Postal Services (USPS) to NAVFAC Pacific (Code CON31:Shaun Bissen), 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. Complete information must be submitted as the Government may not seek clarification of information provided. This market survey is for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for the requested information. The Government will not provide a debriefing on the results of this survey. All information will be held in a confidential manner and will only be used for the purposes intended.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Precast Concrete, Site-Cast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork, Architectural Wood Casework.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Wood Doors, Plastic Doors, Windows, Hardware, Glazing, Louvers and Vents.
Division 09 - Finishes, Plaster and Gypsum Board, Ceilings, Carpeting, Painting and Coating.
Division 10 - Specialties, Toilet, Bath, and Laundry Accessories.
Division 11 - Equipment, Residential Equipment, Residential Appliances.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Residential Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Lighting.
Division 27 - Communications, Structured Cabling.
Division 31 - Earthwork, Grading, Excavation and Fill, Earthwork Methods, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Irrigation, Planting, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Electrical Utilities, Communications Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents