Similar Projects
Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for Renovation, Repair, and New Construction, of Medical Facility Construction at Various Government Installations
New Construction, Renovation
Design
$15,000,000 to $1,000,000,000 est. value

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

RFQ - Multiple Award Task Order Contract (MATOC) for Hawaii
Term Contract
Bidding
Schofield, HI 96857

RFP - VISN 21 MACC Fire Alarm Upgrade
Term Contract
Bidding
$2,000,000 CJ est. value
Honolulu, HI 96819

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

$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

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

Queen's Medical Center Expansion
New Construction, Renovation, Addition
Pending Verification
$1,000,000,000 est. value
Honolulu, HI 96811

Building 1320 Repairs JBPHH, Oahu, HI
Renovation
Post-Bid
$500,000 to $1,000,000 est. value
Jbphh, HI

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

MACC IDIQ Task Order- NAVFAC HI Mcbh Structural Maintenance B5023
Term Contract
Post-Bid
$250,000 to $500,000 est. value
Kailua, Kaneohe, HI 96734

Pn70551 Child Development Center, Schofield Barracks, Oahu, Hawaii
New Construction, Demolition - 91,217 SF
Post-Bid
$25,000,000 to $100,000,000 est. value
Schofield Barracks, HI

NAVFAC HI JBPHH B992 Construct Antenna Pads With Power and Fence
New Construction
Post-Bid
$1,000,000 to $5,000,000 est. value
HI

Hawaii National Guard MATOC for Construction
New Construction, Renovation
Post-Bid

Last Updated 09/26/2022 08:43 AM
Project Title

RFP - VISN 21 MACC Repair E-Wing Roof

Physical Address View project details and contacts
City, State (County) Honolulu, HI 96819   (Honolulu County)
Category(s) Government/Public, Medical
Sub-Category(s) Hospital, Military Facility
Contracting Method Competitive Bids
Project Status Construction start expected March 2023 , Request For Proposals
Bids Due View project details and contacts
Estimated Value $2,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

PROJECT TITLE: Open-end Replace/Repair Painting and Related Work at Various Army Installations on Oahu, HI, FEWR: RN001842J MAGNITUDE OF CONSTRUCTION: More than $10,000,000 NAICS: 238320 SMALL BUSINESS SIZE STANDARD: $16.5M This requirement is an 8(a) set-aside and is limited to eligible 8(a) participants IAW FAR 52.219-18 SUBMISSION REQUIREMENT 1. 100% SET-ASIDE FOR 8(A) COMPETITIVE FIRMS. The proposed contract is limited to qualifying 8(a) firms serviced by the Hawaii District Office (HDO) of the Small Business Administration. The Government will not consider offers from firms other than 8(a) firms or from 8(a) firms outside of the HDO. 8(a) firms that are not serviced by the HDO, but have a bona fide place of business (as defined by SBA) within the geographic area served by the HDO are also eligible to submit offers. An 8(a) firm not serviced by the HDO must consult its servicing District Office regarding the establishment of a bona fide place of business or status of a previously established bona fide place of business. All other firms are deemed ineligible to submit offers. 2. CONTRACT TYPE: The Government intends to award a firm fixed price requirements-type construction contract. Split or multiple awards will not result from this acquisition. 3. PERIOD OF PERFORMANCE: The anticipated period of performance will be a base year and four (4) oneyear option periods as shown below: Base Year: 01 December 2022 - 30 November 2023 1st Option: 01 December 2023 - 30 November 2024 2nd Option: 01 December 2024 - 30 November 2025 3rd Option: 01 December 2025 - 30 November 2026 4th Option: 01 December 2026 - 30 November 2027 52.217-8: 01 December 2027 - 01 May 2028 4. QUESTIONS. Questions/RFIs must be submitted by email to Risha Walters, risha.o.walters.civ@army.mil with CC to Mark Dahilig mark.r.dahilig.civ@army.mil with the IFB number W912CN-22-B-0003 in the subject line. Telephone and faxed inquires will not be accepted. In order in ensure a timely response, questions must be submitted no later than 10:00am, seven days after the date of IFB issuance as identified in Block 3 of the solicitation. Questions and responses will be issued on an amendment. Any questions received after the RFI due date may not be answered. 5. AWARD. Award will be made to the responsible bidder whose bid is responsive to the terms and conditions of the IFB and is most advantageous to the Government. 6. BID OPENING DATE AND TIME. A face to face public bid opening will be conducted with a telphone confrence option (see detail below). To attend the Bid Opening either in-person or via telephone, offerors must notify Risha Walters, risha.o.walters.civ@army.mil with CC to Mark Dahilig Mark.r.dahilig.civ@army.mil no later than seven days prior to the Bid Opening date. List the name, phone number, number of personnel attending and if joining in person or via teleconfrence. The conference call number and password will be provided via email. Date & Time: 18 October 2022, 1000AM HST Location: Regional Contracting Office, Hawaii Bldg 108, 3rd Floor (Located on Wheeler Army Airfield (WAAF)) Schofield Barracks, HI 96857 Teleconfrence Number: Will be emailed upon notfication. INSTRUCTION TO OFFEROR 1. PROPOSAL SUBMITTAL. Contractor shall provide a complete breakdown of cost proposal. Contractor shall provide price line items for each CLIN listed NCO 21 MACC GROUP 2 SOURCES SOUGHT VA Pacific Islands Health Care System Repair E-Wing Roof PLACE OF PERFORMANCE VA Pacific Islands Health Care System 459 Patterson Road, Honolulu Hawaii 96819 NOTICE TO VETERANS INTGRATED SERVICE NETWORK 21 (VISN 21) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) HOLDERS Description: THE RESULTING SOLCITATION IS TASK ORDER PROPOSAL REQUEST. Proposals will only be requested and accepted from contractors who were awarded a Veterans Integrated Service Network 21 (VISN 21) Multiple-Award Construction Contract (MACC) from Network Contracting Office 21 (NCO 21). Point of Contact: Christopher Aguon; Christopher.aguon@va.gov Project Title: VAPIHCS Repair E-Wing Roof Project specifications and all associated project documents shall be incorporated into the Task Order Offer Request which shall be posted electronically through https://sam.gov Magnitude of Construction: Between $1,000,000 and $2,000,000. Please respond if you're interested in this project no later than September 30, 2022 at 3:00 PM (HST) Questions regarding this notice shall be submitted via e-mail to: Christopher.aguon@va.gov. **Any offers received from contractors not mentioned above will not be accepted. SCOPE OF WORK (SOW): The Contractor shall provide complete construction services for Project No: 459-20-003, at the East Wing Roof at the VA Pacific Islands Health Care System (VAPICS), located at Tripler Army Medical Center, 459 Patterson Road, Honolulu, HI 96819. In accordance with the attached Bases of Design, Specifications, and drawings. 1. The scope of this project and the objectives of the VA are as follows: a. Remove complete roofing system down to the existing structural deck b. Install new insulation (R-33 minimum) c. Install new fiber-reinforced gypsum board cover board d. Install new 2-ply SBS modified bitumen system (torch application method) e. New metal flashing in select locations per details and all penetrations will be re-flashed f. Remove and dispose existing PV Panels 2. Contractor shall conduct TB risk assessment and provide documentation that employee(s) have been cleared to work at VAPIHCS facility. This will be of no cost to the Federal Government. Documentation should be sent directly to VAPIHCS Construction Safety Officer. 3. The Contractor shall coordinate with Contracting Officer Representative (COR). Work may commence during normal business hours. Normal business hours are 7:00 am to 5 pm weekdays Monday to Friday. 4. Period of performance is 150 calendar days. The method of contractor selection has not been determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.on SF 1442 as the price schedule. 2. (a) Proposal Submission Requirement: W912CN22B0003 Page 4 of 348 Bids shall be submitted by date and time specified in Block 13.A. of the SF 1442. Subject line of the email will read - Solicitation W912CN-22-B-0003, short description. Bid shall be emailed to Risha Walters, Contract Specialist, email address risha.o.walters.civ@army.mil and cc to Mark Dahilig, Contracting Officer, email address mark.r.dahilig.civ@army.mil

Details

Division 02 - Existing Conditions, Subsurface Investigation.
Division 03 - Concrete, Concrete Forming, Cast-in-Place Concrete, Precast Concrete.
Division 04 - Masonry, Unit Masonry.
Division 05 - Metals, Structural Metal Framing, Metal Joists, Metal Support Assemblies, Healthcare Metal Supports.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Architectural Woodwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Thermal Insulation, Weather Barriers.
Division 08 - Openings, Doors and Frames, Metal Doors and Frames, Wood Doors, Plastic Doors, Specialty Doors and Frames, Entrances, Storefronts, and Curtain Walls, Entrances and Storefronts, Curtain Wall and Glazed Assemblies, Windows, Hardware, Louvers and Vents.
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, Service Walls, Patient Bed Service Walls, Wall and Door Protection, Toilet, Bath, and Laundry Accessories, Fire Protection Specialties, Fire Protection Cabinets, Fire Extinguishers, Storage Assemblies, Protective Covers, Flagpoles.
Division 11 - Equipment, Mercantile and Service Equipment, Vending Equipment, Foodservice Equipment, Ice Machines, Cleaning and Disposal Equipment, Healthcare Equipment, Medical Sterilizing Equipment, Examination and Treatment Equipment, Patient Care Equipment, Operating Room Equipment, Solid Waste Handling Equipment.
Division 12 - Furnishings, Window Treatments, Window Blinds, Casework, Furniture, Office Furniture, Seating, Institutional Furniture, Healthcare Furniture, Multiple Seating.
Division 13 - Special Construction, Radiation Protection.
Division 14 - Conveying Equipment.
Division 21 - Fire Suppression, Fire-Suppression Sprinkler Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Facility Water Distribution, Facility Sanitary Sewerage, Facility Storm Drainage, Plumbing Equipment, Plumbing Fixtures, Healthcare Plumbing Fixtures, Drinking Fountains and Water Coolers, Gas and Vacuum Systems for Laboratory and Healthcare Facilities, Compressed-Air Systems for Laboratory and Healthcare Facilities, Vacuum Systems for Laboratory and Healthcare Facilities, Gas Systems for Laboratory and Healthcare Facilities, Chemical-Waste Systems for Laboratory and Healthcare Facilities, Processed Water Systems for Laboratory and Healthcare Facilities.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Piping and Pumps, HVAC Air Distribution.
Division 25 - Integrated Automation.
Division 26 - Electrical, Instrumentation and Control for Electrical Systems, Substations, Interior Lighting, Emergency Lighting, Exit Signs, Special Purpose Lighting, Healthcare Lighting, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications, Audio-Video Communications, Distributed Audio-Video Communications Systems, Paging Systems, Public Address Systems, Intercommunications and Program Systems, Healthcare Intercommunications and Program Systems, Healthcare Communications and Monitoring Systems.
Division 28 - Electronic Safety and Security, Electronic Access Control and Intrusion Detection, Electronic Surveillance, Fire Detection and Alarm, Radiation 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, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Planting Irrigation, Planting, 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