Asia-Pacific Center for Security (APCSS) Louvered Cover for Walkway and Lanai
ID: HQ003424Q0072Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEWASHINGTON HEADQUARTERS SERVICES (WHS)WASHINGTON HEADQUARTERS SERVICESWASHINGTON, DC, 203011000, USA

NAICS

Other Foundation, Structure, and Building Exterior Contractors (238190)

PSC

REPAIR OR ALTERATION OF GOVERNMENT-OWNED CONTRACTOR-OPERATED (GOCO) R&D FACILITIES (Z2HA)

Set Aside

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

    The Department of Defense, through the Washington Headquarters Services, is soliciting proposals for the installation of a louvered cover for the walkway, wheelchair ramp, and lanai area at the Asia-Pacific Center for Security Studies in Honolulu, Hawaii. The primary objective of this contract is to provide a protective structure that prevents rainwater exposure, thereby minimizing structural deterioration and reducing the need for frequent repairs. This project encompasses approximately 5,200 square feet and is critical for maintaining the integrity and usability of the facility. Interested vendors must submit their proposals electronically by September 20, 2024, at 9:00 AM HST, following a mandatory site visit on September 18, 2024. For further inquiries, vendors can contact Ali M. Beshir at ali.m.beshir.civ@mail.mil or Courtney Applewhite at courtney.s.applewhite.civ@mail.mil.

    Files
    Title
    Posted
    The document pertains to various government RFPs (Requests for Proposals), federal grants, and state/local funding initiatives. It encompasses a wide range of topics related to funding opportunities aimed at enhancing services or infrastructure at different governmental levels. Key themes include project implementations for community and environmental enhancements, compliance with federal and local regulations, and the detailed processes involved in proposal submissions and evaluations. The structure of the document includes sections dedicated to specific funding categories, eligibility criteria, application processes, and expectations for proposed projects. Each section outlines important guidelines that applicants must follow to ensure their proposals meet the required standards for consideration. Overall, the purpose of the document is to inform potential applicants about available funding avenues, encouraging strategic alignments with governmental priorities. Insight into the competitive nature of the RFP process is highlighted, emphasizing careful preparation and adherence to specified criteria in order to secure funding.
    The document is a Request for Quote (RFQ) issued by the Washington Headquarters Services for a contract to provide a louvered cover for a walkway and lanai at the Asia-Pacific Center for Security Studies in Honolulu, Hawaii. The RFQ is due on September 20, 2024, at 9:00 AM HST. The procurement will be a Firm-Fixed Price (FFP) contract focused on materials and services compliant with the Performance Work Statement (PWS). Offerors must include detailed pricing, company information, and technical specifications and must be registered on the SAM.gov portal. The evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology, where all proposals must meet minimum requirements to be considered acceptable. A mandatory site visit is scheduled for September 18, 2024, for interested vendors. Inquiries must be submitted by September 18, 2024, and proposals are to be sent electronically. The document includes various terms and conditions, clauses, and instructions for both solicitation submission and government payment processes, reinforcing the need for compliance with federal acquisition regulations. This RFQ illustrates the federal government's procedure for acquiring commercial items through transparent and competitive bidding processes, ensuring accountability and value for taxpayer funds.
    The document titled "Walkway Cover Current Images" appears to serve as a visual reference for existing walkway covers, likely related to infrastructure improvements or evaluations as part of a government request for proposals (RFP) or grant process. It consists of three sections, with each section representing images of current walkway covers. Although the images themselves are not provided, the emphasis on current conditions suggests the intent to assess or plan for potential upgrades or replacements meeting safety and accessibility standards. This file may be utilized by government agencies or contractors in decision-making processes concerning walkway cover maintenance or enhancements, reflecting ongoing commitments to public infrastructure.
    Lifecycle
    Title
    Type
    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.
    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.
    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.
    Repair SPCS Fence, Barking Sands PMRF, HI
    Active
    Dept Of Defense
    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.
    Z2AA--FY25 NRM 459-21-101 | ACC Roof Replacement
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the ACC Roof Replacement project at the Veterans Affairs Medical Center in Honolulu, Hawaii. The procurement involves the replacement of roofing and insulation, including the removal and reinstallation of parapet caps to ensure proper flashing of the new PVC roofing. This project is crucial for maintaining the integrity and safety of facilities that serve veterans, reflecting the government's commitment to high-quality infrastructure. Proposals are due by October 8, 2024, at 3:00 PM HST, and interested parties should direct inquiries to Contract Specialist Jessica I Newman at Jessica.Newman2@va.gov.
    Command and Control Facility (C2F) Complex, Phase 3 - Parking Structure, Fort Shafter, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of a parking structure as part of the Command and Control Facility (C2F) Complex, Phase 3, located at Fort Shafter, Oahu, Hawaii. This project falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction, and is specifically focused on the construction of parking facilities. The successful contractor will be responsible for delivering a facility that meets the operational needs of the military, ensuring efficient access and support for personnel and equipment. Interested vendors must register in the Procurement Integrated Enterprise Environment (PIEE) and submit their proposals through the PIEE Solicitation Module, with further instructions available online. For inquiries, potential offerors can contact Christie Lee at christie.s.lee@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL.
    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.
    Hawaii Water Management ? Repair Waiahole Reservoirs 155 and 225, Oahu, Hawaii
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the repair of Waiahole Reservoirs 155 and 225 located in Oahu, Hawaii. This procurement aims to address the repair or alteration of dams, which is critical for maintaining water management infrastructure in the region. Interested contractors must submit their proposals via the PIEE Solicitation Module, ensuring they are registered as vendors and have established the necessary user roles. For further inquiries, interested parties can contact Brett Watanabe at brett.j.watanabe@usace.army.mil or Jennifer Ko at JENNIFER.I.KO@USACE.ARMY.MIL, with proposals due as specified in the solicitation documents.
    SIPR SAFE
    Active
    Dept Of Defense
    The Department of Defense, specifically the Hawaii Army National Guard, is seeking proposals for the procurement of a SIPR safe and desk that meets GSA class 5 protection requirements for secure laptop storage. The safe must accommodate a laptop along with SIPRGuard gateway and biometric control access, ensuring compliance with stringent security standards. This procurement is critical for enhancing the security infrastructure at a military facility in Honolulu, Hawaii, with a delivery deadline set for September 30, 2024. Interested small businesses, including service-disabled veteran-owned, women-owned, and HUBZone firms, must submit their offers by 11:00 AM on September 20, 2024, and can contact Warren Sabugo at warren.m.sabugo.civ@army.mil or 808-844-6421 for further information.