Public Display Solicitation

You must Log in with your eHawaii Account to respond to a solicitation.

B26000448 Fort Ruger Elevator Replacement

General Information
Solicitation Number
B26000448version:    03
Status
Closed
Department
Defense
Division
Administration
Islands (where the work/delivery is to be performed)
Oahu
Category
Construction
Release Date
09/03/2025
Amendment Date & Time
09/22/2025 03:00 PM
Amendment Reason
Addendum No. 2 The drawings listed below supersede the previously issued drawings: - ARCHITECTURAL, A200 - Revised note and plan - ARCHITECTURAL, A201 - Revised note and plan NOTICE TO BIDDERS. Replace sentence “All bids shall be submi-ed and uploaded through HIePRO prior to 2:00 P.M. HST on Thursday, September 25, 2025” to “All bids shall be submi-ed and uploaded through HIePRO prior to 2:00 P.M. HST on Wednesday, September 24, 2025” OFFER FORM. Delete the OFFER FORM in its entirety and substitute the attached REVISED OFFER FORM dated 9/15/25, 9 pages.
Offer Due Date & Time
09/24/2025 02:00 PM
Description
Proposed Scope of Work consists of but not limited to: refurbishing the existing car frame, guide rails, car platform and car enclosure, car interior wall panels, car handrails, transom base, and reveals.
Provide new suspended ceiling and LED lighting, sub/finished flooring systems, type 316 stainless steel car door, new car ventilation fan, closed loop door operator, door clutch system, gate switch, door restrictors, NEMA 4 infrared door detector, type 316 stainless steel car door panel, car door track, car door hangers, car door rollers, and car door galvanized steel gibs, and fire tabs.
Replace existing bore hole hydraulic jack unit, buffers, spring buffers, steel channel support for jack and buffer.
Please download all the solicitation documents for more information.
Contact Person
Lee, Shaoyu
Email
shaoyu.l.lee@hawaii.gov
Phone
808-369-3488
General Comments
Procurement Officer
Major General Stephen F. Logan
Attachments
1. Cover and TOC.pdf
B. Specifications.pdf
C. Drawings.pdf
E. Special Provisions Const..pdf
F. Construction Offer Form.CA-202601-C.pdf
G. General Conditions Const..pdf
H. Additional General Conditions Const..pdf
A. Notice Const. HIePRO.9.9.25.pdf
D. Special Notice to Bidders - HIePRO.pdf
I. Special Conditions Construction.9.9.25.pdf
ADDENDUM NO. 1.pdf
ADDENDUM NO. 2.pdf


Download All

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Lee, Shaoyu.

B26000448 Fort Ruger Elevator Replacement

Line Items
#
Title
Quantity
Unit of Measure
Commodity Code
 
Code Table
General
Quantity
1
Unit of Measure
CASE
Title
FORT RUGER ELEVATOR REPLACEMENT
Description
Proposed Scope of Work consists of but not limited to: refurbishing the existing car frame, guide rails, car platform and car enclosure, car interior wall panels, car handrails, transom base, and reveals.
Provide new suspended ceiling and LED lighting, sub/finished flooring systems, type 316 stainless steel car door, new car ventilation fan, closed loop door operator, door clutch system, gate switch, door restrictors, NEMA 4 infrared door detector, type 316 stainless steel car door panel, car door track, car door hangers, car door rollers, and car door galvanized steel gibs, and fire tabs.
Replace existing bore hole hydraulic jack unit, buffers, spring buffers, steel channel support for jack and buffer.
Attachments Download All

Print

Direct all questions regarding this Solicitation, and any questions or Issues relating to the accessibility of this Solicitation (Including the appendices and exhibits to this Document, and any other document related to this Solicitation), to: Lee, Shaoyu.

B26000448 Fort Ruger Elevator Replacement

Instructions
  • TRANSACTION FEES: The awarded vendor shall pay a transaction fee of 0.75% (.0075) of the award, not to exceed $5,000 for each award. This transaction fee shall be based on the original award amount and the awarded vendor shall be responsible for payment of the fee to Tyler Hawaii, the vendor administering the HIePRO. Payment must be made to Tyler Hawaii within thirty (30) days of receipt of invoice. The invoice is generated based on the date the award is posted.
  • OFFER DEEMED FIRM/AUTHORITY TO SUBMIT OFFER: Submission of an electronic response to the State of Hawaii constitutes and shall be deemed an offer to sell the specified goods and/or services to the State of Hawaii at the price shown in the response and under the State's Terms and Conditions. The electronic response submitter certifies that he/she is authorized to sign the response for the submitting vendor and that the response is made without connection with any person, firm, or corporation making a response for the same goods and/or services and is in all respects fair and without collusion or fraud.
  • RESPONSE TO THIS SOLICITATION: Only responses submitted through HIePRO shall be considered for award.
  • VENDOR NON-COMPLIANCE : NON-COMPLIANCE may result in a vendor not receiving an award, delay of payment, or cancellation of award. If the vendor does not maintain timely compliance, which is the vendor’s responsibility, an offer otherwise deemed responsive and responsible may not be awarded. State agencies may check for compliance at any time.
  • COMPLIANCE AND DOCUMENTATION: Vendors are required to be compliant with all appropriate state and federal statutes. Proof of compliance is required through HCE or via paper documentation.
  • QUESTIONS ABOUT THIS SOLICITATION: Unless otherwise indicated, questions regarding this solicitation must be directed to the Buyer listed.
  • VENDOR COMPLIANCE – PAPER DOCUMENTS : Vendors not utilizing HCE shall provide paper certificates that must be valid at the time of award. All applications for applicable clearances are the responsibility of the vendor, who must be compliant pursuant to HRS§103D-310(c) with the chapters 1) Chapter 237, General Excise Tax Laws; 2) Chapter 382, Hawaii Employment Security Law; 3)Chapter 386, Worker’s Compensation Law; 4) Chapter 392, Temporary Disability Insurance; 5)Chapter 393, Prepaid Health Care Act; and 6) §103D-310(c), Certificate of Good Standing (COGS) for entities doing business in the State. Upon receipt of compliance paper documents (A-6, LIR#27, COGS), the purchasing agency reserves the right to verify their validity with the respective issuing agency.
  • HAWAII GENERAL EXCISE TAX (GET): Unless otherwise stated in this solicitation, vendors shall include all applicable taxes in the price submitted. The Hawaii General Excise Tax (GET) shall not exceed 4.712% for the islands of Oahu, Kauai , Hawaii, and Maui.
  • ADDITIONAL FEES AND CHARGES: Vendors shall include all applicable fees, charges, surcharges, shipping/handling, delivery, or any other charges associated with this solicitation in the price submitted.
  • VENDOR REGISTRATION IN HAWAII COMPLIANCE EXPRESS (HCE) : Vendors can register at https://vendors.ehawaii.gov/hce via an annual subscription fee and should subscribe prior to responding to a solicitation. For more information visit the HCE Section of the FAQs at http://spo.hawaii.gov/faqs/#tabs-4.