SOURCES SOUGHT
Y -- EIE345 CHPP Boiler Phase 3, Eielson AFB, Alaska
- Notice Date
- 10/27/2017
- Notice Type
- Sources Sought
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning 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-18-R-EIE345
- Archive Date
- 11/28/2017
- Point of Contact
- Ronald K. Jackson, Phone: 9077535596, Michelle Mandell, Phone: 907 753-2502
- E-Mail Address
-
ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil
(ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- CHPP BOILERS, PHASE 3, EIELSON AFB, ALASKA (EIE345) THIS IS A SOURCES SOUGHT ANNOUNCEMENT. THIS SOURCES SOUGHT ANNOUNCEMENT IS TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. 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 repair by replacing boiler #4 with a new 120,000 pound per hour (lb/hr) boiler. The project includes, but is not limited to: demolition of existing boiler #4; provide new 120,000 lb/hr spread stoker coal fired steam boiler and all auxiliary equipment to support boiler operation to include, but not limited to: coal feed; ash handling, boiler feedwater piping; mud drum pre-heat; soot blowers; boiler combustion air and forced draft fans; boiler flue gas; induced draft fans and stacks; as well as extensions of the plant control; electrical; glycol and steam systems; and installation of emission control equipment to make system fully operational. This project will provide new environmental control elements as part of the boiler package, including a selective catalytic reduction system (utilizing aqueous ammonia used to control nitrogen oxide and dry flue gas desulfurization used to control sulfur dioxide) and a continuous emission monitoring system. A new rail spur of approximately 1000ft will be provided to accommodate storage and off- loading of ammonia and other chemicals required for the new environmental control systems. Project will utilize economical design and construction methods to accommodate the mission of the facility to include demolition of the existing boiler. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200- 02). The facility must also be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. Project shall meet all federal & state environmental regulations, including emissions discharge limits and disposal. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated dollar magnitude of this project is anticipated between $25,000,000 and $35,000,000. The performance period will is estimated to be between 540 - 720 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 238220. The small business size standard for this NAICS Code is $15 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 13 November 2017, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Jackson), PO Box 6898, JBER, AK 99506-0898 or via email to ronald.k.jackson@usace.army.mil Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform work listed above. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 15% of the contract work with his/her own employees. All technical evaluation factors and sub-factors have not been assigned at this time. Past performance of responders will be evaluated. Packages should include the following information: (1) Business name, address, point of contact, phone number, e-mail address, and business size under NAICS 238220. (2) Offerors type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned Business, 8(a)) (3) Demonstration of the firm's experience as a prime contractor on projects of similar magnitude, type and complexity within the past ten (10) years. To be considered relevant, the Government's expectation would be that the interested firm would have experience with complex mechanical projects in the $25M-$35M range in sub-arctic climates. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, work that was self-performed, and customer satisfaction. (4) Provide firm's single project, and aggregate bonding limit and information on the organizational and financial resources available to perform the required work. (5) Offerors interest in proposing on the solicitation when issued. (6) Offerors Joint Venture information, if applicable, existing and potential. (7) Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered in the assessment of 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-18-R-EIE345/listing.html)
- Place of Performance
- Address: Eielson AFB, Alaska, 99702, United States
- Zip Code: 99702
- Record
- SN04724803-W 20171029/171027230652-f435a415a661dd10a6ab2af9374237f3 (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 |