Federal Contract Opportunity

Last Updated on 02 Jul 2025 at 1 AM
Solicitation
J b p h h Hawaii

P-716 Red Hill Water Treatment Facility, Joint Base Pearl Harbor-Hickam, Hawaii

Details

Solicitation ID N6247825R4060
Posted Date 02 Jul 2025 at 1 AM
Response Date 04 Jul 2025 at 2 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navfacsyscom Hawaii
Agency Department Of Defense
Location J b p h h Hawaii United states 96860

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Krueger International Incorporated

Manitowoc Tupelo Green bay Washington Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Sign up to access Documents

Signup now

This is a Design-Bid-Build project at a Department of Defense site located within Joint Base Pearl Harbor-Hickam Red Hill, Hawaii. This project proposes a new 10 million gallon per day water treatment facility comprised of water treatment granular activated carbon vessels, modifications to the Red Hill Pump Station, modification to the water shaft, structures in support of the water treatment facility, fencing, transmission piping, electrical distribution system, and fire protection facilities.

The solicitation is open to only Offerors who comply with the direction below. The primary NAICS code is 237110 and the corresponding size standard is $45M average annual receipts over the last five years. The contract magnitude is anticipated to be between $250M and $500M.

Interested PRIME CONTRACTORS are required to submit the attached Statement of Affiliation (SOA) and Non-Disclosure Agreement (NDA) prior to issuance of the Solicitation. Only Prime Contractors with an approved SOA and approved NDA are authorized to receive the project documents. Prime Contractors shall ensure that all members of the Prime Contractor’s team (subcontractors, suppliers, and manufacturers at all tiers) that require access to and review of the RFP, specifications, and/or drawings released to the Prime Contractor, complete an NDA and SOA, on behalf of their respective firms.  NDAs and SOAs completed by the Prime Contractor’s team members need not be provided to the Government; however, the Prime Contractor shall ensure that its team members have completed NDAs and SOAs, before providing team members the RFP, specifications, and/or drawings.

Prime Contractors must submit completed NDAs and SOAs to the Government.  If Prime Contractors submit any NDA and/or SOA to the Government that are incomplete (e.g., unsigned, or without checking all required boxes on the form) or modified (e.g., comments added to the form), the Government shall request additional information from the Prime Contractor in writing, explaining its response and demonstrating to the Government the Prime Contractor’s plan to safeguard the RFP, specifications, and/or drawings from disclosure to any affiliated individual, firm, or team member with a “foreign interest”, as defined in the SOA.  The Government will review the additional information to ensure the Prime Contractor has provided an adequate response and/or plan to safeguard the information, before releasing the RFP, specifications, and/or drawings to the Prime Contractor. 

Similarly, Prime Contractor’s team members must submit completed NDAs and SOAs to the Prime Contractor.  If a team member submits any NDA and SOA to the Prime Contractor that are incomplete (e.g., unsigned, or without checking all required boxes on the form) or modified (e.g., comments added to the form), the Prime Contractor shall request additional information from the team member in writing, explaining its response and demonstrating to the Prime Contractor the member’s plan to safeguard the RFP, specifications, and/or drawings from disclosure to any affiliated individual, firm, or team member with a “foreign interest”, as defined in the SOA.  The Prime Contractor will review the additional information to ensure the member has provided an adequate response and/or plan to safeguard the information, before releasing the RFP, specifications, and/or drawings to the member. 

The SOA will be submitted through NAVFAC Hawaii for review and approval.

All SOAs are to be completely filled out and submitted for approval via email to Ms. Jessica Shimoda and Ms. Jamie Inouye at [email protected] and [email protected] no later than 4:30 P.M. Hawaii Standard Time on July 3, 2025. Interested prime contractors shall anticipate up to a two week Government review/process of SOAs.

THE SOLICITATION WILL BE ISSUED ONLY TO THOSE PRIME CONTRACTORS WHOSE SOA AND NDAS ARE APPROVED. PRIME CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND RETAINING A COMPLETED SOA AND NDA FROM THEIR TEAM MEMBERS (SUBCONTRACTORS, SUPPLIERS, AND MANUFACTURERS AT ALL TIERS) PRIOR TO DISTRIBUTION OF PROJECT DOCUMENTS.

The Government is also requesting interested PRIME CONTRACTORS to review and complete the Project Labor Agreement Request for Information no later than 10:00 A.M. Hawaii Standard Time on June 26, 2025.

It is anticipated that the solicitation will be issued on or around July 10, 2025. The solicitation contains sensitive but unclassified information which is “Controlled Unclassified Information”. All individuals who will be receiving the project documents must comply with the requirements of DoDI 5200.48 dated March 6, 2020. In addition, contractors must also comply with basic contract clause DFARS 252.204-7000, Disclosure of Information.

The basis of award is to award to the offerors whose proposals, conforming to the Request for Proposal (RFP), provides the best value to the Government, considering both price and technical factors. The evaluation factors are anticipated to be: (1) Experience, (2) Past Performance, (3) Safety, (4) Small business utilization and participation, and (5) Price. Price proposals will be FFP lump-sum. The combined non-cost/price factors will be approximately equal to price.

The experience factor is subject to change, but anticipated to require Offerors to:

   i.  Submit at least one relevant project that demonstrates construction of packaged granular activated carbon water treatment vessels, including process control and instrumentation system integration, testing and commissioning with a construction value of at least $2.5M. 

   ii.  Submit at least one relevant project that demonstrates earthwork construction involving rock excavation, boulder removal, scaling of surfaces having steep terrain, drilled shaft or well borehole installation, mechanically stabilized earth (MSE) wall greater than 10 ft high, retaining wall greater than 10 ft high, and settlement monitoring program with a construction value of at least $25M. 

   iii.  Submit at least one relevant project that demonstrates construction of vertical turbine water well pump systems with at least 1 million gallons per day (MGD) capacity with a construction value of at least $1M.

The contract period of performance is anticipated to be 1,064 calendar days.

Offerors are required to follow the RFP.

The solicitation will be available in electronic format only through the Procurement Integrated Enterprise Environment (PIEE). Prospective offerors MUST register on https://piee.eb.mil/ and request the “Proposal Manager” role to view and/or download the solicitation through the solicitation module. For technical support or questions, please contact PIEE at 866-618-5988 or open a help desk ticket with https://piee.eb.mil/xhtml/unauth/web/homepage/vendorCustomerSupport.xhtml. No hard copies of the solicitation will be provided and it is the offeror’s responsibility to check the PIEE website for the solicitation and any amendments. No other notice of solicitation activity will be provided to interested offerors.

Large business concerns are required to submit a subcontracting plan prior to award of the contract.

This is a new procurement. It does not replace an existing contract. No prior contract information exists.

To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database.  Please note that registration can take up to ten business days to become active. For instructions on registering with SAM, please see the SAM website at https://www.SAM.gov/.

This pre-solicitation notice does not constitute a commitment on the part of the Government to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice should not be construed as a commitment by the Government for any purpose.