Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

Z -- Long Range Discrimination Radar (LRDR) Power Plant (LPP), Clear AFS, Alaska

Notice Date
4/16/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering 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
W911KB19R0002-SS
 
Point of Contact
Kimberly D. Tripp, Phone: 9077532549, 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
W911KB19R0002-SS - SOURCES SOUGHT NOTICE CONSTRUCTION OF LONG RANGE DISCRIMINATION RADAR (LRDR) POWER PLANT (LPP), CLEAR AFS, ALASKA (CLR039c) 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 magnitude and difficulty. Interested firms must be able to provide all management, procurement, materials, equipment, transportation, and trained labor necessary to construct a power plant. The LRDR Power Plant (LPP) project is part of the Long Range Discrimination Radar (LRDR) program currently under construction at Clear AFS, Alaska. As part of the LRDR campus which includes the LPP, Mission Control Facility (MCF), LRDR Equipment Shelter (LES), Maintenance Facility, Fuel Vault, Entry Control Facility (ECF) and site infrastructure, this project will provide the HEMP-shielded backup electric power generation for the LRDR. The LPP will provide backup power to mission and non-mission loads and will include a HEMP shield to protect the following spaces: • Diesel-powered generators • Generator support equipment • Control equipment The project specifications require HEMP-related tests and shielding integrity for the LPP. Category V seismic requirements, integration connections to the MCF and providing redundancy to the ECF Risk Management Framework systems. The LPP consists of a central Generator area, which will house 7 generators with an additional 20' bay designed for space to house an additional generator should it be required. The LPP includes a Control Room, Switchgear Room, Mechanical Room, Equipment, Support spaces, four (4) ballistically protected, above ground 50,000 gallon fuel storage tanks and a fuel offloading station. The storage tanks will be by a screen wall. Per DFAR 236.204, the estimated dollar magnitude of this project is between $100,000,000.00 and $250,000,000.00. The performance period will be approximately 630 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 237990. 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 07 May 2018, 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, CAGE Code and business size under NAICS 237990. (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 ten 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. 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/W911KB19R0002-SS/listing.html)
 
Place of Performance
Address: Clear AFS, Alaska, 99704, United States
Zip Code: 99704
 
Record
SN04890374-W 20180418/180416230719-bc2f4893a8cc02ce33e5254e690fec48 (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.