SOURCES SOUGHT
Y -- CONSTRUCTION OF LONG RANGE DISCRIMINATION RADAR (LRDR) EQUIPMENT SHELTER (LES) FOUNDATION, CLEAR AFS, ALASKA (CLR039E)
- Notice Date
- 2/28/2017
- 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-18-R-0002-SS
- Point of Contact
- Kimberly D. Tripp, Phone: (907) 753-2549, Aldone Graham, Phone: (907) 753-2528
- E-Mail Address
-
kimberly.tripp@usace.army.mil, Aldone.R.Graham@usace.army.mil
(kimberly.tripp@usace.army.mil, Aldone.R.Graham@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W911KB-18-R-0002 CONSTRUCTION OF LONG RANGE DISCRIMINATION RADAR (LRDR) EQUIPMENT SHELTER (LES) FOUNDATION, CLEAR AFS, ALASKA (CLR039E) 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 sources sought to identify businesses which have the capability to perform the following work: The selected contractor will be required to have sufficient capability and experience to construct projects of the described scope, magnitude and complexity. Interested firms must be able to provide all management, procurement, materials, equipment, transportation, and trained labor necessary to construct an approximately 24,000 square foot HEMP protected, reinforced concrete foundation on which the Radar Prime contractor will construct their LRDR Equipment Shelter (LES) and radar arrays. Relevant features of the foundation include, but are not limited to, the following: 1) High Altitude Electromagnetic Pulse (HEMP) protected floor and foundation walls. This feature of work includes installation, welding and testing of the shield. 2) Approximately 100 drilled shaft piles, 48 & 36 inches in diameter, 70 feet deep. 3) Approximately a 70 inch thick pile cap/mat that covers the array area of approximately 15,000 square feet. 4) Approximately a 36 inch pile cap/mat with Controlled Low Strength Material (CLSM) in the interstitial areas to route utilities, approximately 8,300 square feet. 5) Underslab utilities to include floor drains, Shielded Enclosure Leak Detection System (SELDS), lightning protection, grounding and bonding, and medium voltage conduit embeds. 6) Approximately 21,800 square feet of a 12 inch topping slab over the HEMP shield. 7) Strict adherence to quality, concrete mix designs, and the Corps of Engineers three phases of control. 8) Ability and requirement to coordinate construction work with multiple stakeholders and multiple Prime Contractors. In accordance with DFARS 236.204, the estimated dollar magnitude of this project is anticipated between $8-15M. The performance period will be approximately 302 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 21 March 2017, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Tripp), PO Box 6898, JBER, AK 99506-0898 or via email to kimberly.tripp@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, DUNS, 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 scope, magnitude and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include the scope, 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. 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 any future award. Lack of registration in the SAM database will make an offeror ineligible for any future 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-18-R-0002-SS/listing.html)
- Place of Performance
- Address: Clear AFS, Alaska, United States
- Record
- SN04417600-W 20170302/170228235150-898f519ffbe81316b92127bcc9bd84b9 (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 |