Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOURCES SOUGHT

Y -- FORT GREELY COMMUNICATIONS CENTER (FTG233)

Notice Date
3/10/2020 6:02:08 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
W911KB21R0004
 
Response Due
4/10/2020 3:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Michael Suprenant, Phone: 9077532555, Kimberly D. Tripp, Phone: 9077532549
 
E-Mail Address
michael.d.suprenant@usace.army.mil, kimberly.tripp@usace.army.mil
(michael.d.suprenant@usace.army.mil, kimberly.tripp@usace.army.mil)
 
Description
W911KB-21-R-0004 CONSTRUCTION OF FORT GREELY COMMUNICATIONS CENTER (FGACC), FORT GREELY, ALASKA (FTG233) 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 Communications Center equal or greater than 11,500 sq. ft. and associated site development.� The Fort Greely Communications Center will provide a new communications capability to provide the Warfighter with a redundant capability at the Missile Defense Integration & Operations Center (MDIOC) utilizing communications which are separate and independent of the existing Readiness and Control Building (RCB). This fully designed facility includes High Altitude Electromagnetic Pulse (HEMP), Electromagnetic Interference (EMI), Nuclear Biological and Chemical Contamination Survivability (NBCCS), ballistic protection and seismic Risk Category V features. This project also includes an extensive amount of site work to include the installation of communications duct banks throughout the Missile Defense Complex (MDC) which interface with the Missile Fields and Readiness and Control Building. There will be several power and communication interfaces with existing mission critical facilities within the MDC. In accordance with DFARS 236.204, the estimated dollar magnitude of this project is anticipated between.� The performance period will be approximately 675 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 10 April 2020, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Suprenant), PO Box 6898, JBER, AK 99506-0898 or via email to michael.d.suprenant@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 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.� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/82701873253c4fda8f022f799510f907/view)
 
Place of Performance
Address: Fort Greely, AK 99731, USA
Zip Code: 99731
Country: USA
 
Record
SN05585025-F 20200312/200310230201 (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.