Similar Projects
NAVFAC HI Jbphh Dry Dock 3 Service and Gallery Concrete Repairs
Renovation
Design
$8,000,000,000 est. value
Honolulu, Jbphh, HI 96860

Contractor - FY22 Repair Barracks Building 2077, Schofield Barracks, Oahu
Renovation
Design
$10,000,000 to $25,000,000 est. value
Schofield Barracks, HI

RFQ D/B - FY22 Multi-Domain Task Force #3, Building 300, Helemano Military Reservation, Oahu
Infrastructure, Renovation
Bidding
$100,000,000 CJ est. value
Wahiawa, HI 96786

NAVFAC HI - Provide Dedicated Outside Air System (DOAS) System Building 386
Renovation
Bidding
$1,000,000 CJ est. value
Kaneohe, HI 96744

O&M and Repair - IDIQ MATOC Oahu Region
Term Contract
Sub-Bidding
Honolulu, HI 96813

Open-End Flooring USAG-HI
Term Contract
Sub-Bidding
$10,000,000 CJ est. value
Schofield Barracks, HI 96857

U.S. Army Corps of Engineers, Honolulu District Sources Sought Synopsis for Small Business Construction Contractors Capabilities
New Construction
Post-Bid

U.S. Army Corps of Engineers, Honolulu District Sources Sought Synopsis for Small Business Construction Contractors Capabilities
New Construction
Post-Bid

NAVFAC HI Jbphh Bldg 154 Structural Repairs and Roof Replacement
Renovation
Results
$1,000,000 to $5,000,000 est. value
HI

NAVFAC HI JBPHH Replace Station G-16 In Facility 68
Renovation
Results
$1,000,000 to $5,000,000 est. value
Jbphh, HI

Open-End Painting USAG-HI
Term Contract
Design
Schofield Barracks, HI 96857

RFP D/B - NAVFAC HI Replace A/C Building B1631
Renovation
Bidding
$5,000,000 CJ est. value
Honolulu, HI 96813

RFQ D/B - Design-Build/Design-Bid-Build 8(a) Multiple Award Construction Contract (MACC), Various Locations
Term Contract
Sub-Bidding
$5,000,000 CJ est. value
Joint Base Pearl Hbr Hickam, HI 96860

$495M Unrestricted Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction Services In The State of Hawaii
New Construction
Post-Bid
$25,000,000 to $100,000,000 est. value

Department of Defense - Fort Ruger Building 306A, Hurricane Hardening, Building and Other Improvements,
Renovation
Results
$1,000,000 to $2,500,000 est. value
Honolulu, HI

Last Updated 08/10/2022 07:01 AM
Project Title

Upgrade Hilo Complex

Physical Address View project details and contacts
City, State (County) Hilo, HI 96720   (Hawaii County)
Category(s) Government/Public
Sub-Category(s) Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected July 2022
Bids Due View project details and contacts
Estimated Value $4,696,489 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Aug 04, 2022 Contract Award Number: W50SLF-22-C-0002 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: DAEVLK3A7XF5 Contractor Awarded Name: HEARTWOOD PACIFIC, LLC Contractor Awarded Address: Keaau, HI 96749 USA Base and All Options Value (Total Contract Value): $4696489.00 Project No: MABE 152003 5/2/2022: Extended Bid due date to 5/12/2022, 3pm HST. Posting Solicitation Amendment 0002 and Conformed RFP Solicitation W50SLF22R0001, Attachments No. 12, 13, and 14 for Addendum No. 03, and Questions and Answers sheet (28-Apr-2022), 4/13/2022: Posting Questions and Answers sheet (13-Apr-2022) and Solicitation Amendment 0001. Extended Bid due date. 4/12/2022: Posting Questions and Answers sheet (12-Apr-2022) with A10- KTR Laydown Area.xlsx 4/6/2022: Posting MFR - Pre-Proposal Conference Site Visit, Attendance Sheet, Power Point Slides, Questions & Answers sheet (27-Mar-2022) The United States Property and Fiscal Officer (USPFO) for Hawaii, located at Kapolei, Hawaii, intends to issue a Request for Proposal (RFP) to award a single firm fixed-price contract for Construction of "Upgrade Building Complex Hilo" located on the Hawaii Air National Guard, 291st Combat Communications Squadron in Keaukaha, Hilo, HI. Work covered in this scope includes: To upgrade the building envelope, modify interior lighting, and upgrade the HVAC systems of the five buildings at 291st CBCS, Hilo. The buildings included are 701, 702, 703, 704, and 705. Specifically required is to replace all existing jalousie louvered windows with energy efficient, double pane windows that meet AT/FP requirements and upgrading exterior doors to insulated doors. The existing roof condition will be repaired and a protective reinforce fabric fluid coating placed. Suspended ceiling grids and lights will be installed in areas where there is no suspended ceiling grid and lights are surface mounted on the bottom of the roof deck. New HVAC systems will be installed with controlled intake and exhaust air and a DDC system. In addition to a base price for the work described above the solicitation includes the following Government Options for this project: 1) OPTION 1 - Additional reinforced fabric fluid roof coating for BLDGS 701, 702, 703, and 704, 2) OPTION 2 - Additional reinforced fabric fluid roof coating for BLDGS 701, 702, 703, and 704, and 3) OPTION 3 - Replace existing glass jalousie window with new ATFP windows for BLDG 703. All work shall be completed in accordance with Government supplied Type A and B designs, specifications, and Contract drawings. The Contractor must coordinate with the 154 CES to access the work site as well as coordinate with the 154 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. The magnitude of this project is between $1,000,000 and $5,000,000. The project will be funded 100% from SRM (O&M) funds. The minor construction portion of the project, specifically to install new acoustical ceiling tiles, is estimated to be well under the $2M maximum statutory limit where SRM (O&M) funds can be utilized. Place of performance is at 291st Combat Communications Squadron, 1300 Kekuanaoa St, Bldg 702, Hilo, HI 96720. Construction/contract completion time is 360 calendar days after notice to proceed to include inspection and punch list. 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 $39.5 million average annual revenue for the previous three years. Your attention is directed to FAR CLAUSE 52.219-14 (Dev) Limitations of Subcontracting. (DEVIATION 2021-O0008) (SEP 2021) which states "By submission of an offer and execution of a contract, the Offeror /Contractor agrees that in performance of a contract assigned a NAICS code for - General construction, it 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 toward the prime contractor's 85 percent subcontract amount that cannot be exceeded. The date for the pre-proposal conference is 25 March 2022, 09:00 a.m. local time at the 291st Combat Communications Squadron, 1300 Kekuanaoa St, Bldg 702, Hilo, HI 96720. 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. Due to security conditions, all offerors must register to attend this conference and site visit. All questions for the pre-proposal conference must be submitted by 22 March 2022 via email (preferred) to cezar.y.deveas.mil@army.mil and copy to anthony.g.reyes1.civ @army.mil. The solicitation closing date is 12 May 2022. 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 the System for Award Management (SAM). To register go to https://www.sam.gov/. 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 Contract Opportunities website on-line at https://.sam.gov/ (SAM.gov). SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with sam.gov before accessing the system. Registration instructions can be found on the SAM.gov website at https://sam.gov/content/entity-registration. Allow up to 10 business days after you submit your registration for it to become active in SAM.gov and an additional 24 hours for that registration information to be available in other government systems. This solicitation is not a competitive invitation for bid and there will not be a formal public bid opening. 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. If you have any questions concerning this procurement you are encouraged to email your questions to cezar.y.deveas.mil@army.mil and copy to anthony.g.reyes1.civ @army.mil. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://.sam.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 offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Details

Division 03 - Concrete, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware.
Division 09 - Finishes, Plaster and Gypsum Board, Tiling, Acoustical Ceilings, Flooring, Resilient Flooring, Carpeting, Acoustic Treatment, Painting.
Division 10 - Specialties, Visual Display Units, Signage, Compartments and Cubicles, Toilet Compartments, Partitions, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Flagpoles.
Division 12 - Furnishings, Window Treatments, Casework, Office Furniture, Multiple Seating.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems.
Division 22 - Plumbing, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Fire Detection and Alarm.
Division 31 - Earthwork, Site Clearing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Bases, Ballasts, and Paving, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Planting Irrigation, Turf and Grasses.
Division 33 - Utilities, Water Utilities, Sanitary Sewerage Utilities, Storm Drainage 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