SOURCES SOUGHT
Z -- DEMOLITION OF BUILDINGS 887 & 888, FT. GREELY, ALASKA
- Notice Date
- 5/2/2012
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-12-S-FTG127
- Point of Contact
- Kimberly D. Tripp, Phone: (907) 753-2549, Laura J Sheldon, Phone: 907-753-2525
- E-Mail Address
-
kimberly.tripp@usace.army.mil, laura.j.sheldon@usace.army.mil
(kimberly.tripp@usace.army.mil, laura.j.sheldon@usace.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- DEMOLITION OF BUILDINGS 887 & 888 Ft. Greely, Alaska Market Research THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR HUB ZONE BUSINESSES ONLY. The US Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy. The determination of acquisition strategy for this acquisition lies solely with the government and will be based on this market research and information available to the government from other sources. The U.S. Army Corps of Engineers, Alaska District, is conducting this market research to identify businesses which have the capability to design and construct the following proposed project: Demolish buildings 887 and 888 on Fort Greely, Alaska, totaling approximately 29,538 SF. The applicable North American Industry Classification System (NAICS) code is 238910, Site Preparation Contractors, and the related small business size standard is $14.0 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested small business firms are encouraged to respond to this announcement no later than May 16, 2012, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT-C/M (Tripp), PO Box 6898, JBER, AK 99506-0898 or via email to Kimberly.Tripp@usace.army.mil Interested small business firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Packages should include the following information: (1) Business name, address and business size under NAICS 238910 (2) Identify small business type, if applicable (HUBZone, SDVOSB, 8(a), etc) (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual construction projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed (4) Provide firm's single project bonding limit and information on the organizational and financial resources available to perform the required work. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on ORCA can be obtained via the Internet at http://orca.bpn.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-12-S-FTG127/listing.html)
- Place of Performance
- Address: Ft. Greely, Alaska, United States
- Record
- SN02736664-W 20120504/120502234811-076be791f099f3bd155bb5f1df6c1161 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |