THIS IS A SOURCES SOUGHT NOTICE and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential Design-Bid-Build Construction for the FY25 MCA PN76898 Aircraft Maintenance Hangar, Wheeler Army Airfield, Oahu, Hawaii.
NO SOLICITATION IS CURRENTLY AVAILABLE.
Project Description:
This firm-fixed price, design-bid-build (DBB) project to construct a medium Aircraft Maintenance Hangar for rotary wing aircraft. The project will include an aircraft hangar, associated maintenance shops, shop administration area, maintenance support area, Tech Supply and Parts Storage, Aviation Life Support Equipment (ALSE) Shop, Maintenance Company Headquarters, a hazardous materials storage building, POL Storage building, Ground Support Equipment (GSE) covered storage, Associated Support Items of Equipment (ASIOE) covered storage, hangar access apron, aircraft washing area.
Project magnitude is between $100M - $250M
Interested PRIME CONTRACTORS shall submit the following:
- UEI/CAGE CODE, Expiration date in SAM.GOV.
- Indicate whether your firm is a large business or small business. If your firm is a small business specify all applicable socio-economic categories per FAR PART 19.
- Narrative demonstrating experience as a prime contractor on design-bid-build(s) similar in magnitude and complexity to the subject project described above.
Projects submitted must have been completed within the last ten (10) years prior to this announcement. Narrative should include the following information for the project(s) submitted:
• Project name, location, award amount, and description.
• Point of contact (Owner or Construction Manager) who can verify this project experience.
• Performed in a remote location similar to Hawaii .
- If the design-bid-build experience from paragraph 3 above was not in a remote location, provide construction experience working at a location comparable in setting to a military installation.
- Bonding capability for a single contract action more than $100M by the interested prime contractor.
Interested Small Business Subcontractors should submit the following:
Identify interested areas of work and provide a narrative demonstrating the experience that are similar in size, scope, complexity, and/or magnitude of the work performed.
- The size of the crew(s) available to perform work.
- Identify applicable socioeconomic category of HUBZone, Women Owned Small Business, Service-Disabled Veteran Owned Small Business, or Small Disadvantaged Business
- UEI and CAGE CODE, Expiration date in SAM.GOV.
Narratives shall be no longer than two (2) pages.
Email responses are required. Responses are to be sent via email to brett.j.watanabe@usace.army.mil and jennifer.i.ko@usace.army.mil no later than March 10, 2025, 2:00 p.m. Hawaii Standard Time.
Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the System for Award Management (SAM), please see https://www.sam.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.