Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2017 FBO #5552
SOURCES SOUGHT

Y -- DESIGN AND CONSTRUCT F-35 CONSOLIDATED MUNITIONS FACILITY, EIELSON AFB, ALASKA (EIE386)

Notice Date
2/2/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-17-S-EIE386
 
Point of Contact
Kathy Kinnett,
 
E-Mail Address
kathy.j.kinnett@usace.army.mil
(kathy.j.kinnett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska 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 perform the following work: The selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to design and construct a Consolidated Munitions Facility utilizing conventional design and construction methods to accommodate the mission of the facility. The facility will provide administrative spaces and three (3) open bay areas will be constructed to support Vehicle Operations Heated Storage, Conventional Munitions Training, and Munitions Support Equipment Maintenance activities. Building support spaces such as primary circulation, mechanical, electrical and communications spaces will be provided along with 45 POV parking spaces and organizational parking to accommodate vehicles and equipment of varying sizes. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides. The estimated dollar magnitude of this project is anticipated between $20,000,000 and $30,000,000. The performance period will be approximately 450 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 236220. The small business size standard for this NAICS Code is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 17 February 2017, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Kinnett), PO Box 6898, JBER, AK 99506-0898 or via email to kathy.j.kinnett@usace.army.mil. Interested 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 236220. (2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five (5) years. List actual 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 qualified for purposes of determining the Government's acquisition strategy. System for Award Management (SAM), 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 SAM database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-S-EIE386/listing.html)
 
Record
SN04388534-W 20170204/170202234218-abea23ca15c86b3fab9401149a91b6cf (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.