Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
MODIFICATION

Z -- Sources Sought Notice- EAR063, Design-Build Fuel Pier Repair-Long Term, Eareckson Air Station, Shemya, Alaska

Notice Date
5/4/2021 3:49:50 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB22R0003
 
Response Due
5/28/2021 3:00:00 PM
 
Archive Date
10/01/2021
 
Point of Contact
Theresa M Afrank, Phone: 9077532739, Fax: 9077532544, Michelle Mandel, Phone: 9077532502
 
E-Mail Address
theresa.m.afrank@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(theresa.m.afrank@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Description
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: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for design and repair of the fuel pier at Eareckson Air Station, Shemya Alaska which was damaged during a large storm in February 2020.� Eareckson Air Station is located on Shemya Island, which is a logistically challenging, remote location at the western end of the Aleutian Island chain, approximately 1,500 air miles south west of Anchorage, Alaska and is routinely subject to high winds (excess of 80 mph) and generally inclement weather typical of the Aleutian Islands.� Marine Mammal Observation protocols will be needed along with possible unexploded ordnance (UXO) clearing if a beach landing or anchoring is required during construction.� Repairs should have a useful lifespan of 50 years and will include replacement/refurbishment of the existing fuel pier and armoring of the adjacent, western shoreline. The project will incorporate all related civil, structural, utilities, communication, and other necessary supporting disciplines for a complete and useable facility. �The estimated dollar magnitude of this project is anticipated between $80,000,000 and $90,000,000.�� � 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 237990. �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 28 May 2021, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Afrank) (Mandel), PO Box 6898, JBER, AK 99506-0898 or via email to Theresa.m.afrank@usace.army.mil and 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, CAGE Code, address 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 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/e6685b8e05ca411f9315dfbc5cbe7571/view)
 
Place of Performance
Address: AK 98736, USA
Zip Code: 98736
Country: USA
 
Record
SN05990501-F 20210506/210504230111 (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.