SOURCES SOUGHT
Y -- Construct a Battalion Headquarters with Classrooms, Phase 4 for the Aviation Task Force at Fort Wainwright, Alaska
- Notice Date
- 7/11/2013
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Alaska, CEPOA-CT, P. O. Box 6898, Elmendorf AFB, AK 99506-6898
- ZIP Code
- 99506-6898
- Solicitation Number
- W911KB-13-S-FTW374A
- Response Due
- 8/12/2013
- Archive Date
- 9/9/2013
- Point of Contact
- Kathy Wooldridge, 907-753-2838
- E-Mail Address
-
USACE District, Alaska
(kathy.wooldridge@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: This Sources Sought announcement is part of a market survey for information to be used for preliminary planning purposes only. THIS IS NOT A SOLICITATION FOR PROPOSALS; THERE IS NO RFP CURRENTLY AVAILABLE, AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineers, Alaska District is seeking sources for the construction of a standard design Battalion Headquarters with Classrooms as part of a multi-phase project to construct an Aviation Task Force Complex at Fort Wainwright, Alaska. The purpose of this sources sought synopsis is to gain knowledge of interest, capabilities, and qualifications of various general contractors in order to make an appropriate acquisition strategy for the above project. The Government intends to use responses to this sources sought synopsis and appropriate contracting and business processes to ultimately award a prime contract for the required services. Interested sources must state whether they are capable of providing services required for construction of the facility. The Government must ensure there is adequate competition among the potential pool of available contractors. The proposed acquisition/s will consist of construction of the aforementioned Battalion HQ with Classrooms at Fort Wainwright, Alaska. PROJECT INFORMATION: The project consists of construction of a 20,400 SF Battalion HQ with Classrooms, including Intrusion Detection Systems (IDS) installation, Mass Notifications Systems, Energy Monitoring and Control Systems (EMCS) connection, Special Foundations, and building information systems. Sustainability/Energy Measures are required. Supporting facilities include utilities; electric service; water, sewer, steam connections; paving, walks, curbs and gutters; parking; storm drainage; site improvements and information systems. Anti-terrorism/force protection measures will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 50 years and energy efficiencies meeting, on average, American Society of Heating, Refrigerating, and Air-Conditioning Engineers (ASHRAE) 189.1 standards through improved building envelop and integrated building systems performance. Measures in accordance with the DoD Minimum Antiterrorism for Buildings standards will be provided. Air Conditioning (estimated 149 tons). ESTIMATED CONSTRUCTION RANGE: Between $10M - $15M for the project. ESTIMATED DURATION: 540 days. North American Industry Classification System (NAICS) code is: 236220. Small Business Size Standard is $33.5 million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with its own employees. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Responses to this synopsis for the following questions are sought from prospective prime contractors. Responses shall be limited to five (5) pages. Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's statement of interest in proposing on the solicitation/s as a prime contractor when issued. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute the required construction, comparable work performed within the past five (5) years with a brief description of each project, customer satisfaction, and dollar value of each project). Offeror's type of business and business size (i.e., large business, small business, HUBZone small business, service-disabled veteran-owned small business (SDVOSB), 8(a), or women-owned small business) Offeror's Joint Venture information, if applicable, existing and potential. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small business subcontractors, stated as a percentage of subcontracted dollars. Interested firms shall respond to the Sources Sought Synopsis requirements for this project no later than 2:00 p.m. Alaska Standard Time, on 12 August 2013. All interested contactors must be registered in the System for Award Management (SAM) (https://www.sam.gov/portal/public/SAM/), formerly the Central Contractor Registration (CCR), to be eligible for award of Government contracts. Please submit your response to the Contract Specialist, Kathy Wooldridge, preferably via e-mail at kathy.wooldridge@usace.army.mil or via facsimile to 907-753-2544. You may also mail your response to: U.S. Army Corps of Engineers, Alaska District ATTN: CEPOA-CT (Wooldridge) PO Box 6898 Joint Base Elmendorf-Richardson (JBER), AK 99506-0898
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-13-S-FTW374A/listing.html)
- Place of Performance
- Address: USACE District, Alaska CEPOA-CT, P. O. Box 6898, Elmendorf AFB AK
- Zip Code: 99506-6898
- Zip Code: 99506-6898
- Record
- SN03114000-W 20130713/130711235346-195a4522d492b3b29d592078d025c36c (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 |