SOURCES SOUGHT
Y -- JBE082 Turnagain Dormitory B8113 Renovation, JBER, Alaska
- Notice Date
- 2/14/2023 3:35:27 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
- W911KB23RTDSS
- Response Due
- 2/24/2023 3:00:00 PM
- Point of Contact
- Ronald K. Jackson, Phone: 9077535596, Fax: 9077532544
- E-Mail Address
-
ronald.k.jackson@usace.army.mil
(ronald.k.jackson@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� The US Army Engineer District, Alaska is conducting market research to facilitate�and determine an acquisition strategy for Project Title: JBE082 TURNAGAIN DORMITORY B8113 RENOVATION. Location: JOINT BASE ELMENDORF-RICHARDSON, AK 99506.� 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: Project Title: JBE082 TURNAGAIN DORMITORY B8113 RENOVATION Location: JOINT BASE ELMENDORF-RICHARDSON, AK 99506 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 renovate TURNAGAIN DORMITORY B8113. Renovations to the envelope will entail replacing all interior wall insulation throughout. New insulation will be applied within the existing stud framing on the interior side of exterior walls. The renovation will include door and window replacements, roofing, interior constructions, new partition walls throughout, new plumbing fixtures and piping, HVAC, Electrical, building elements demolition of all existing interior walls and ceilings.� The EPDM single ply roofing membrane will be replaced with a new EPDM system.� Requires Life Cycle Cost Analysis, energy analysis, Third Party Certification, and enhanced commissioning of the entire building. Repairs will include replacement of all sidewalks, the parking lot, and the two access drives. The sidewalks shall be replaced in the same footprint as existing, with 4� thick PCC and new heads for the sprinkler system. In Addition, repairs to the fire detection system will include all new Fire Alarm Control Panel (FACP) Fire Alarm Annunciation Panel (FAA), notification devices, and initiating devices. An entirely new fire suppression system will be installed to include fire protection water service entrance, fire riser, associated piping, and sprinkler heads for the entire facility. 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 $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 24 February 2023, 2PM AST, 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 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, UEI, address, point of contact, phone number, e-mail address, and business size under NAICS 236220. (2)� Offerors type of business and business size (whether large business, small business, HUBZone, Service-Disabled Veteran Owned Business, 8(a)) (3)� Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past six (6) years.� List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, work that was self-performed, and customer satisfaction. (4)� Provide firm's single project, and aggregate bonding limit and information on the organizational and financial resources available to perform the required work. (5)� Offerors interest in proposing on the solicitation when issued. (6)� Offerors Joint Venture information, if applicable, existing and potential. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered.� SAM.gov registration, 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.gov database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4145f89b89bf48f79a9b8a14df60695a/view)
- Place of Performance
- Address: JBER, AK 99506, USA
- Zip Code: 99506
- Country: USA
- Zip Code: 99506
- Record
- SN06591761-F 20230216/230214230111 (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 |