PLA – FY25 Company Operations Facility
ID: W9128A-25-Z-0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SN ENDIST HONOLULUFORT SHAFTER, HI, 96858-5440, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)
Timeline
  1. 1
    Posted Jan 2, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 17, 2025, 12:00 AM UTC
Description

The U.S. Army Corps of Engineers, Honolulu District, is seeking input from the construction community regarding the potential use of Project Labor Agreements (PLA) for the FY25 Company Operations Facility project at Schofield Barracks, Hawaii. This large-scale construction project, valued at over $35 million, aims to construct a standard design facility for four companies and a Troop Aid Station, adhering to current safety and building codes. The project includes multiple structures and extensive site work, and the government is particularly interested in assessing the impact of PLAs on procurement efficiency and competition. Interested parties are invited to submit their comments and responses to specific questions by January 16, 2025, at 2:00 p.m. Hawaii Standard Time, to Kristin Schultz and Jennifer Ko via the provided email addresses.

Point(s) of Contact
Files
No associated files provided.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
Open End Roofing
Buyer not available
The Department of Defense, specifically the Army, is seeking qualified contractors for an Open End Roofing project at various installations in Hawaii, including Schofield Barracks and Fort Shafter. The contract involves providing all necessary labor, materials, equipment, and supervision for roofing repairs and reroofing, which includes the removal of old roofs, installation of new fiberglass shingles and metal roofing, and addressing any damaged lumber. This work is crucial for maintaining the integrity and safety of Army facilities, ensuring compliance with safety regulations and quality standards. Interested contractors should contact Jonathan Chong at jonathan.j.chong.civ@army.mil or Mark Dahilig at mark.r.dahilig.civ@army.mil for further details, with operations scheduled Monday through Friday, excluding federal holidays.
Presolicitation and Virtual Industry Day - W912HN25R4001 - Construct UEPH Barracks Fort Stewart GA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers Savannah District, is preparing to solicit proposals for the construction of Unaccompanied Enlisted Personnel Housing (UEPH) Barracks at Fort Stewart, Georgia. This project aims to address a significant housing deficit by constructing two buildings totaling approximately 192,737 square feet, providing quality accommodations for 372 soldiers and improving their quality of life. The anticipated contract, valued between $100 million and $250 million, will be awarded using a Best Value Trade Off approach, emphasizing past performance and management strategies. Interested contractors should note that the solicitation is expected to be released around April 30, 2025, with proposals due by May 30, 2025; for further inquiries, contact Mr. Gregory Graham at gregory.m.graham@usace.army.mil or call 912-652-5476.
Sources Sought for Schneider PLCs Model M580 Series at Marine Corps Base Hawaii, Hawaii
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Pacific, is conducting market research for the procurement of programmable logic controllers (PLCs) compatible with the Schneider PLCs Model M580 Series at Marine Corps Base Hawaii. The government seeks alternative products that meet specific performance requirements, including compatibility with existing Schneider Electric software, microprocessor-based functionality, and compliance with rigorous environmental and operational standards. This procurement is critical for maintaining effective industrial process control systems at the facility. Interested vendors must submit their technical data and specifications to Tyler Moon at tyler.r.moon.civ@us.navy.mil by May 2, 2025, at 2:00 p.m. Hawaii Standard Time, to be considered for this opportunity.
Recruiting Station-Navy Career center, Kailua-Kona, Hawaii
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for a Navy Recruiting Center in Kailua-Kona, Hawaii, requiring a retail storefront space of 650 to 1,000 gross rentable square feet. The lease will span five years and includes government termination rights, with the space needing to accommodate parking for a government vehicle and meet specific operational requirements such as 24-hour access and communication infrastructure. This procurement is vital for establishing a functional recruiting center that supports military operations and community engagement. Interested parties must submit their proposals electronically by March 1, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined specifications and requirements.
C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS WATERFRONT PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND HAWAII
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on various waterfront projects. The procurement aims to secure specialized engineering services, particularly in structural and waterfront engineering, with a total contract value of up to $249 million over a base year and four optional extensions. This contract is crucial for maintaining and enhancing naval facilities, ensuring compliance with federal standards, and promoting sustainable design practices. Interested firms must submit their qualifications by April 30, 2025, at 2:00 p.m. Hawaii Standard Time, and can direct inquiries to Alice Mende at alice.s.mende.civ@us.navy.mil or Jennifer Lau at jennifer.m.lau2.civ@us.navy.mil.
DFAC Food Waste Pick-Up and Disposal Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for food waste pick-up and disposal services at government-owned dining facilities located at Schofield Barracks, Wheeler Army Airfield, and East Range Military Reservation in Hawaii. The contractor will be responsible for providing all necessary labor, management, supervision, materials, tools, equipment, supplies, and transportation to ensure compliance with local, state, and federal regulations as outlined in the Performance Work Statement. This opportunity is a total small business set-aside, emphasizing the importance of small business participation in government contracts, and the contract will be awarded on a firm-fixed price basis. Interested contractors must submit their offers by 10:00 AM on May 16, 2025, and are encouraged to attend a site visit scheduled for April 23, 2025. For further inquiries, contact Cierra Urquhart at cierra.s.urquhart.civ@army.mil or Kimberly Feng at kimberly.m.feng.civ@army.mil.
U.S. Army Garrison Hawaii - Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock) Refuse Service
Buyer not available
The Department of Defense is soliciting proposals for refuse services at the U.S. Army Garrison Hawaii, specifically for the Pohakuloa Training Area (PTA), Kilauea Military Camp (KMC), and Kawaihae Dock (K-Dock). The objective of this procurement is to ensure efficient and environmentally compliant refuse collection and disposal to support the mission of the USAG-HI Department of Public Works. This contract, set aside for small businesses, emphasizes the importance of sustainable waste management practices and compliance with federal environmental standards. Interested contractors must submit their quotes by April 28, 2025, and can direct inquiries to Edmond Chan at edmond.r.chan.civ@army.mil or Jacob Kamelamela at jacob.c.kamelamela.civ@army.mil for further information.
SOF Consolidated Rigging Facility, Joint Base Lew is McChord (JBLM), Washington.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking contractors for the construction of a new consolidated rigging facility at Joint Base Lewis-McChord (JBLM) in Washington. The project entails building a comprehensive facility that includes a parachute rigging area with a drying tower, packing lanes, a repair room, supply and storage rooms, maintenance areas, and a classroom, along with necessary site improvements such as utilities, lighting, and landscaping. This facility is crucial for supporting military operations and will incorporate sustainable construction features to meet LEED Silver standards, although formal certification will not be pursued. Interested contractors can reach out to Alysha Macdonald at Alysha.A.MacDonald2@usace.army.mil or by phone at 206-764-3500 for further details.
On Island Reference Laboratory Testing and Courier Services at Triple Army Medical Center, Hawaii
Buyer not available
The Department of Defense, through the Medical Readiness Contracting Office – Pacific, is soliciting proposals for On Island Reference Laboratory Testing and Courier Services at Tripler Army Medical Center in Hawaii. The procurement aims to establish Multiple Blanket Purchase Agreements for non-personal laboratory services that support medical diagnostics and patient care for military beneficiaries, including STAT courier services for urgent testing and compliance with strict professional standards. This initiative is crucial for ensuring accessible and high-quality laboratory services tailored to the needs of the armed forces and their families. Interested parties must submit their quotes via email to Leslie Takayama at leslie.m.takayama.civ@health.mil by April 30, 2025, at 10:00 am HST, with a total contract value limit of $250,000.
INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR ARCHITECTURAL PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command, Pacific, is seeking qualified architect-engineer firms for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on architectural projects at various locations. The contract aims to provide multi-discipline architect-engineer services, with a total maximum fee of $249 million over a base period of one year and four optional years, emphasizing the importance of sustainable design practices and small business participation. Interested firms must submit an SF 330 form by June 3, 2025, and will be evaluated based on their specialized experience, qualifications of key personnel, and past performance, with a guaranteed minimum fee of $10,000. For further inquiries, interested parties can contact Wanda L. Okemura at wanda.okemura@navy.mil or Erik Torngren at erik.s.torngren.civ@us.navy.mil.