Repair SPCS Fence, Barking Sands PMRF, HI
ID: W50SLF24R0019Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M4 USPFO ACTIVITY HIANG 154HONOLULU, HI, 96816-4495, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF ELECTRONIC AND COMMUNICATIONS FACILITIES (Z2BG)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Hawaii National Guard, is seeking proposals from qualified small businesses for the repair of the SPCS Fence at the Barking Sands Pacific Missile Range Facility (PMRF) in Hawaii. The project involves enhancing the existing fence by adding outriggers, repairing damaged sections, and reconfiguring gates, with a total construction duration of 90 days following the notice to proceed. This procurement is critical for maintaining the security and operational integrity of the facility, with a budget estimated between $25,000 and $100,000. Interested contractors must attend a pre-proposal conference on September 11, 2024, and submit their proposals by September 19, 2024; for further inquiries, they can contact Cezar Y. de Veas at cezar.y.deveas.mil@army.mil or Clesson Paet at clesson.k.paet.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document serves as an amendment to a federal solicitation and modification of a contract, specifically to update critical aspects of the project involving fence work at PMRF (Pacific Missile Range Facility). It integrates a revised Statement of Work and an updated PMRF Fence Map, along with a Wage Rate General Decision reflecting the current labor regulations. Main modifications include changes to various sections of the solicitation, updating pricing schedules, instructions, and wage determinations for construction types across Hawaii. The updated wage rates are aligned with the Davis-Bacon Act, requiring contractors to pay at least minimum wage rates dictated by federal law for their contracted work. Contractors are instructed to acknowledge receipt of the amendment to avoid rejection of their offers. This amendment underscores compliance with federal standards and labor protections while aiming to facilitate the contractor's responsibilities concerning labor and project specifications.
    The document is an amendment to a government solicitation for a contract, specifically modifying the terms of the original request for proposal (RFP). Its main purpose is to extend the Period of Performance (PoP) from 60 days to 90 days, allowing additional time for project completion. Attached documents include a revised Statement of Work (SOW) that reflects this new timeline, structural details for construction, and a compilation of questions and answers regarding the project. Additionally, the amendment emphasizes that all other terms and conditions of the original solicitation remain unchanged. Key modifications detailed in the document pertain to various sections of the contract that have been updated to reflect the new PoP and other administrative changes. Specifically, the proposal submission guidelines, contract clauses, and drawing specifics have also been revised accordingly. This amendment underscores the government’s intent to ensure the contract timelines are achievable while maintaining compliance with federal regulations, optimizing project management, and clarifying obligations and expectations for contractors involved in the work. Overall, this document is a critical component of the procurement process, ensuring transparency and clear communication between the government and potential contractors.
    The project BAAM242002, initiated by the Hawaii Air National Guard, focuses on repairing and upgrading the SPCS fence at the Pacific Missile Range Facility in Kauai, Hawaii. The scope involves enhancing the fence surrounding the SPCS compound to meet current mission requirements, including adding outriggers, repairing damaged sections, and reconfiguring the gates. The contractor is responsible for compliance with federal and state regulations and must cooperate with the 154th Civil Engineering Squadron for site access and environmental considerations. The project requires the contractor to ensure onsite supervision by qualified personnel and emphasizes the importance of safety, quality control, and following precise construction specifications. Administrative prerequisites include background checks for all personnel, completion of Antiterrorism and Operations Security training, and timely project execution. The contractor's warranty includes the obligation to remedy non-conformities for one year after final acceptance. The project underscores the need for adherence to comprehensive guidelines regarding materials, inspections, and waste management, thereby ensuring a secure, efficient, and compliant construction process in a sensitive military environment. Overall, this repair initiative exemplifies the commitment to maintaining operational safety and readiness at designated military installations.
    The Statement of Work for Project No. BAAM242002 outlines the scope for repairing and upgrading the SPCS Fence at the Pacific Missile Range Facility in Kauai, Hawaii, under the Hawaii Air National Guard. The project aims to enhance the existing fence to meet current mission requirements through the addition of outriggers, repair of damaged sections, and reconfiguration of all gates. Key responsibilities for the contractor include compliance with federal and state codes, site coordination with the 154 CES, and ensuring all work aligns with specified regulations. The contractor must recruit experienced personnel for supervision and quality control, complete necessary training in antiterrorism and operations security, and perform all work adhering to modern safety standards. Construction is expected to begin within 30 days of receiving a Notice to Proceed and must be completed within 90 days. Major tasks include the installation of new fencing materials, modification of gate structures, and ensuring all work is free of defects in materials and workmanship, with a one-year warranty on completed work. The document emphasizes thorough compliance with military standards, quality control protocols, and safety regulations throughout the construction process to safeguard government property and personnel. The overall aim is to deliver a secured and enhanced perimeter infrastructure that meets mission operational needs.
    The Statement of Work for Project BAAM242002 outlines the necessary repairs and upgrades to the SPCS Fence at the Pacific Missile Range Facility, Kauai, Hawaii. The project includes adding outriggers, repairing damaged sections, and reconfiguring gates to meet current mission requirements. The contractor is responsible for providing all labor, materials, and supervision while ensuring compliance with federal and state regulations, including various safety and quality control codes. The work must be completed within 60 days of the Notice to Proceed and involves coordination with the 154 Civil Engineering Squadron for site access and environmental concerns. The document details specific administrative requirements, including background checks for contractor employees, Antiterrorism Awareness Training, and Operations Security training. Additionally, it mandates qualified supervisory personnel on-site to manage the project effectively. The project emphasizes quality control procedures and requires a comprehensive plan for inspections and compliance checks. It outlines warranty obligations and safe disposal of construction waste while holding the contractor accountable for any caused damages. Overall, this document serves as a guide for the successful completion of fence repairs aligned with military standards and operational security.
    The document outlines a site plan for a property located along N Sidewinder Rd, detailing modifications to fencing and access points. Key components include an extended fence line measuring 41 feet by 16 feet, resulting in a total fencing length of 2,151 feet. The modifications consist of eliminating a gate, lowering a double swing gate to 2 inches above ground, and reinforcing the overall fencing structure with a focus on security and boundary demarcation. Notably, it specifies the removal of certain elements from the project scope, as indicated by the revision date of September 5, 2024. This summary suggests alignment with federal or local regulatory requirements, perhaps in the context of RFPs or grants associated with land use or environmental management, focusing on structural integrity and land management as part of the government project framework.
    The document outlines specifications for a fencing project located on N Sidewinder Rd. It details the required modifications, including extending an existing fence by 41'x16', resulting in a total fence length of 2151 feet. The project includes the positioning of a lower double swing gate, which should be set 2 inches above ground level, alongside the designation of a building area and measures such as eliminating a gate. The provided information is complemented by a visual legend from various mapping contributors, enhancing the geographical context. This documentation represents a step towards fulfilling a state or local RFP for infrastructure improvements, emphasizing effective project layout and compliance with stipulated dimensions and design elements.
    The document addresses the significance of federal and state/local Requests for Proposals (RFPs) and grants. It outlines the processes involved in soliciting proposals for various government-funded projects aimed at enhancing public services and infrastructure. The main objectives include promoting transparency, encouraging competition, and ensuring efficient use of taxpayer funds. Key considerations highlighted include eligibility criteria for applicants, proposal evaluation protocols, and the importance of compliance with federal regulations. This framework aims to facilitate the selection of qualified vendors who can deliver quality services while contributing to local and national objectives. The document serves as a guideline for potential applicants to navigate the RFP and grant application processes successfully, thereby fostering effective collaboration between governmental entities and the private sector for public benefit.
    The document outlines various construction and installation specifications related to fence and ramp modifications, revised as of September 12, 2024. It details the types of posts used, with a current fence post diameter of 2 inches and a gate post diameter of 7 inches. The document specifies two separate sidewalk/ramp details, indicating areas for removal and replacement, and the installation of new curbed ramps. Key instructions include ensuring that the distance between the bottom of the gate and the top of the ramp does not exceed 2 inches, while also noting that ramps are not required to meet ADA/ABA compliance standards. Additionally, a section of demolition work will be pre-completed prior to the award of the contract, suggesting collaboration with other parties. This document serves as a technical outline for contractors responding to an RFP, focusing on necessary construction modifications and specifications tailored for compliance and safety in local government projects.
    The RFP W50SLF-24-R-0019 pertains to the repair of the SPCS fence at PMRF, Hawaii. The government anticipates awarding the project by September 30, 2024, contingent upon fund availability. Key contractor roles can have dual responsibilities, but certain positions must be filled separately. The project does not require design work; however, expertise is needed for the integration of fence outriggers and adjustments to gate openings. Construction completion is extended to 90 days due to material procurement timelines. Liquidated damages are not applicable. The contractor maintains responsibility for technical aspects, with no testing required. Specific material specifications include 4000 PSI concrete and galvanized steel posts with PVC coating. Existing gates can be reused, and adjustments to posts are necessary where deterioration exists. The planned fence height will reach 7 feet with outrigger installations on each post for added security. Hazardous soil testing is not available; however, existing soil will remain on site and utilized as fill. The document elaborates on technical specifications while outlining the contractor's responsibilities and expectations, reflecting the structured format typical in government RFPs. This solicitation emphasizes compliance with safety and design requirements essential for the effective completion of the project.
    The solicitation for Project No. BAAM 242002 involves the repair of the SPCS Fence at PMRF, Hawaii, requiring a complete range of construction services including labor, tools, equipment, and supervision. This request is set aside exclusively for small businesses, adhering to the NAICS Code 238990, with a size standard of $19M. The estimated project magnitude is between $25,000 and $100,000, with a single award anticipated. Contractors are mandated to submit offers for all items listed, failing which proposals may be rejected. Performance is expected to commence within 30 days of award, completing within 60 days, with required performance and payment bonds. A pre-proposal conference is scheduled for September 11, 2024, to discuss requirements and on-site conditions. Proposals must be submitted electronically by September 19, 2024. All vendors must be registered in SAM and comply with all requirements, including a bid bond for proposals over $150,000. The evaluation will focus primarily on price, and proposals should reflect the best pricing due to the intention to award without further discussions. This document outlines essential conditions and requirements in adherence to federal contracting standards.
    This government document outlines the solicitation for Project No. BAAM 242002, focusing on the repair of the SPCS Fence at PMRF Barking Sands, Hawaii. The project is exclusively set aside for small businesses, with a budget range between $25,000 and $100,000 and a maximum size standard of $19 million under NAICS code 238990. Interested contractors must attend a mandatory pre-proposal conference on September 11, 2024, and submit sealed bids by September 19, 2024. The contractor is required to complete the work within 90 days of the award and provide performance and payment bonds. Key details include that funds are expected to be available prior to the contract award, and proposals must meet specific guidelines outlined in several sections of the document, including insurance and wage determinations. The award will be based on the lowest bid that meets all criteria. Additionally, the document includes instructions on proposal submission, evaluation criteria, and compliance with federal regulations, emphasizing the importance of proper documentation and adherence to specified terms. This RFP aims to facilitate the efficient procurement of construction services while promoting opportunities for small businesses.
    The document is a solicitation for the construction project "Repair SPCS Fence, PMRF HI" under the project number BAAM 242002, set aside exclusively for small businesses. The contractor is expected to provide all necessary materials, labor, equipment, and supervision for the project, which has a value between $25,000 and $100,000. The proposed bid due date is September 19, 2024. The contractor must begin work within 30 days and complete it within 60 days after receiving a notice to proceed. A pre-proposal conference will be held on September 11, 2024, for interested contractors to learn more about the requirements. Interested parties are encouraged to pre-register to attend this conference. The proposal evaluation will be based primarily on price, with the government seeking the lowest bid that meets the minimum specifications outlined in the Statement of Work. Additional requirements include compliance with various federal regulations, the provision of performance and payment bonds, and adherence to wage determination laws. The document emphasizes the importance of following submission instructions carefully to avoid disqualification and provides detailed information about the proposal process, insurance requirements, and applicable clauses. Overall, the solicitation reflects the government's commitment to transparency and fair competition while aiming to secure quality construction services from small business contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    HI ANG Mega Door Repair B3428
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting proposals for the repair of the Megadoor systems at Building 3428 located at the Hawaii Air National Guard campus in JBPHH, Hawaii. The contractor will be responsible for providing all necessary personnel, equipment, and quality control to perform repairs, which include replacing rusted mullion chains, upgrading man door switches, and replacing control panel stop buttons and a phase monitor. This project is crucial for maintaining operational functionality of the facility's infrastructure and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with an estimated project cost ranging from $100,000 to $250,000. Interested contractors must submit proposals by September 20, 2024, following a pre-proposal conference on September 11, 2024, and can contact Clesson Paet at clesson.k.paet.civ@army.mil for further information.
    Repair Multiple Roll up Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the repair and replacement of roll-up door systems at the Hawaii Air National Guard Campus located at Joint Base Pearl Harbor-Hickam (JBPHH). The project involves repairing one roll-up door in Building 3423 and an additional nineteen in Building 3424, with the contractor responsible for all necessary labor, equipment, and materials, adhering to federal and state regulations. This procurement is crucial for maintaining operational efficiency and safety at military facilities, and it is set aside for small businesses under the NAICS code 238290, with a submission deadline of 11:00 AM Hawaii Standard Time on September 19, 2024. Interested vendors should direct their electronic proposals to Warren Sabugo at warren.m.sabugo.civ@army.mil and may contact him at 808-844-6421 for any inquiries before the deadline.
    HI ANG BLDG 3400 HAZMAT REMEDIATION
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is soliciting proposals for hazardous materials remediation at Building 3400, located at Joint Base Pearl Harbor-Hickam in Hawaii. The project entails the abatement and demolition of hazardous materials, including asbestos and lead-containing paint, requiring the contractor to manage all aspects of the work, including compliance with safety regulations, waste disposal, and coordination with the 154th Civil Engineering Squadron. This initiative is crucial for maintaining a safe environment and adhering to federal standards for hazardous materials management. Interested small businesses must submit their sealed bids by September 23, 2024, following a pre-proposal conference on September 11, 2024, with a contract budget estimated between $25,000 and $100,000. For further inquiries, contact Clesson Paet at clesson.k.paet.civ@army.mil or Cezar Y. de Veas at cezar.y.deveas.mil@army.mil.
    REPLACE RAMP STORMWATER CONTAINMENT VALVE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking contractors to replace the ramp stormwater containment valve at Joint Base Pearl Harbor-Hickam in Hawaii. The project involves removing the existing valve, actuator, and supports, and installing a new manual valve, metal access platform, and signage, all in accordance with the attached Statement of Work and relevant specifications. This procurement is crucial for maintaining environmental compliance and operational efficiency at the airbase. Interested small businesses must submit sealed offers by September 23, 2024, with a project budget estimated between $25,000 and $100,000, and are required to start performance within 30 days of notice to proceed. For further inquiries, contact Warren Sabugo at warren.m.sabugo.civ@army.mil or call 808-844-6421.
    56--HI - FENCING MATERIALS_Amend 3
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, specifically the U.S. Fish and Wildlife Service (FWS), is seeking bids for fencing materials as part of hurricane recovery efforts at the James Campbell National Wildlife Refuge in Kahuku, Hawaii. The procurement includes a detailed Bill of Materials that specifies woven wire fencing, fence posts, clips, and galvanized pipes, with a performance period set from September 19, 2024, to November 12, 2024. This initiative underscores the government's commitment to wildlife preservation and recovery efforts following natural disasters, while also promoting opportunities for small businesses through a Total Small Business Set-Aside. Interested contractors must direct any inquiries to Tina Baker at tinabaker@fws.gov and ensure compliance with acknowledgment procedures to avoid rejection of offers, with the bid submission deadline extended to September 17, 2024.
    RR465 MRSG Motor Pool Fence
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is soliciting proposals for the construction of a motor pool fence at Camp Lejeune, North Carolina, under Solicitation No. N40085-24-R-2855. The project involves the installation of approximately 400 linear feet of galvanized steel chain link fence with barbed wire and "Y" outriggers, aimed at enhancing security for the Marine Raider Support Group while ensuring minimal disruption to ongoing operations. This initiative is critical for compliance with military security standards and is estimated to cost between $25,000 and $100,000, with a completion timeline of 180 days post-award. Interested small businesses must submit their proposals by September 17, 2024, and are encouraged to contact Angela Little at angela.f.little2.civ@us.navy.mil for further details.
    Construct Perimeter Security Fence
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking bids from qualified small businesses for the construction of a secondary perimeter security fence at the Tennessee Air National Guard Base in Memphis, TN. The project involves installing a 5,500-foot-long anti-climb fence, complete with multiple gates and crash-rated vehicle swing gates, to enhance base security. This construction effort is critical for maintaining the safety and integrity of military operations, with a contract value estimated between $1 million and $5 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to attend a pre-bid conference on August 28, 2024, with bids due by October 9, 2024. For further inquiries, contact Christopher Rhyne at christopher.rhyne.1@us.af.mil or by phone at 901-291-7109.
    Preventative Maintenance and Repair of Grille/Roll Up Doors, Automatic Doors, and Handicap Doors
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for a contract focused on the preventative maintenance and repair of grille/roll-up doors, automatic doors, and handicap doors at various Army installations on the Island of Oahu, Hawaii. The contract aims to ensure operational readiness and safety by maintaining a total of 1,117 doors and 104 automatic and handicap doors, adhering to federal, state, and local regulations. This maintenance is crucial for the functionality and accessibility of military facilities, reflecting the government's commitment to maintaining high standards of infrastructure. Interested contractors must submit their offers by October 3, 2024, and can direct inquiries to Maria Olipas at maria.d.olipas.civ@army.mil or by phone at 808-787-8825.
    Fence Boundary Maintenance and Emergency Repair
    Active
    Agriculture, Department Of
    The U.S. Department of Agriculture, specifically the Forest Service at the Savannah River Site, is soliciting proposals for a contract focused on Fence Boundary Maintenance and Emergency Repair. The contractor will be responsible for providing all necessary labor, materials, and equipment to perform regular maintenance and emergency repairs on approximately 7.1 miles of fencing, including clearing vegetation and repairing damaged sections within a 72-hour response time for urgent repairs. This contract is critical for maintaining the integrity and security of the site, ensuring compliance with federal regulations and safety standards. Interested small businesses must submit their proposals by September 17, 2024, and can direct inquiries to Tung (Joe) Nguyen at tung.nguyen@usda.gov or Jeremy Prince at jeremy.prince@usda.gov for further information.
    MS ANG CRTC Vehicle Denial Barrier Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army National Guard, is seeking qualified contractors to refurbish and upgrade the Front Gate Vehicle Denial Barriers at the Combat Readiness Training Center in Gulfport, Mississippi. The contractor will be responsible for providing all necessary personnel, equipment, materials, and quality control to ensure the barriers are restored to full functionality within a performance period of 120 days. This project is critical for enhancing security measures at the facility, and the contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method. Interested vendors must submit their quotes by 2:00 PM CDT on September 18, 2024, to the designated contacts, SMSgt Michael S. Hornbeck and Mr. James Nelson, via the provided email addresses.