Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

Z -- FTW434 - DESIGN, REPAIR OF FACILITY SYSTEMS BUILDING 2077 (HANGAR 7 & 8), FORT WAINWRIGHT, ALASKA

Notice Date
1/24/2020 2:02:08 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB20RFTW434
 
Response Due
2/11/2020 3:00:00 PM
 
Archive Date
02/26/2020
 
Point of Contact
MELISSA LYNN, Phone: 907-753-2894, Theresa M Afrank, Phone: 9077532739, Fax: 9077532544
 
E-Mail Address
melissa.k.lynn.civ@mail.mil, theresa.m.afrank@usace.army.mil
(melissa.k.lynn.civ@mail.mil, theresa.m.afrank@usace.army.mil)
 
Description
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: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to design, repair facility systems of existing building 2077 (Hangar 7 & 8). �Multiple building systems are in need of repair to include (but not limited to) electrical and distribution panels, hangar bay lighting and controls, compressed air system, potable water/hot water heater, wall penetrations, hangar floor, and hangar fire suppression system.� Also this requirement shall include (but not limited to) the replacement of steam heating/provide HVAC with controls, replace emergency lighting, replace open cable tray with enclosed metal raceway(s), painting of interior walls and smoke curtain, provide TER room at communication cabinet, enclose server cabinet, replace suspended ceilings in various locations throughout the building, replace smoke seals on existing man doors between hangar bays and adjacent rooms. �The estimated dollar magnitude of this project is anticipated between $10,000,000 and $15,000,000.���� THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION SHALL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. The applicable North American Industry Classification System (NAICS) code is 236220. �The small business size standard for this NAICS Code is $39.5 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 11 February 2020, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Afrank) (Lynn), PO Box 6898, JBER, AK 99506-0898 or via email to Theresa.m.afrank@usace.army.mil and melissa.k.lynn@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
SAM.gov Permalink
(https://beta.sam.gov/opp/3d4ffede0ad0412e9836850a67f2797e/view)
 
Place of Performance
Address: Fort Wainwright, AK, USA
Country: USA
 
Record
SN05543493-F 20200126/200124230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.