Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

Y -- CONSTRUCT POL OPERATIONS FACILITY, JOINT BASE ELMENDORF-RICHARDSON (JBER), ALASKA (JBE047)

Notice Date
4/26/2018
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial 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-S-JBE047
 
Archive Date
5/26/2018
 
Point of Contact
Ronald K Jackson, Phone: 907 753-5596, Michelle R Mandel, Phone: 907-753-2502
 
E-Mail Address
Ronald.K.Jackson@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W911KB-18-S-JBE047 CONSTRUCT POL OPERATIONS FACILITY, JOINT BASE ELMENDORF-RICHARDSON (JBER), ALASKA (JBE047) 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 construct a specially designed fuels operations support facility of permanent, masonry or concrete type construction with concrete foundations and floors, and metal roof. The one-story structure will include mechanical and electrical equipment and a fire suppression system. Outside supporting facilities include adjacent vehicular parking canopies for R-11, R-12, and C-300s, privately-owned and government-owned vehicle parking, security fencing, sidewalks, exterior fire protection, outside lighting, access roads, and detached facility sign. Utility work includes relocating a communication line and undergrounding an overhead electric line to accommodate the facility siting. Anti-terrorism/force protection measures will be incorporated into the design including maximum feasible standoff distance from roads and parking areas. The facility will be compatible with applicable DoD, Air Force, and base design standards. An existing POL facility will be demolished after the new facility is completed. The estimated dollar magnitude of this project is anticipated between $5,000,000 and $10,000,000. The performance period will be approximately 540 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 236210. 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 Friday, May 11, 2018, 2:00 PM AKDT, 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 and to Michelle.R.Mandel@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 236210. (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-18-S-JBE047/listing.html)
 
Place of Performance
Address: Joint Base Elmendorf-Richardson (JBER), Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04902037-W 20180428/180426230845-46c3fa1ee34d162dbcec9a80ce3d8366 (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.