Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

Z -- CLR059 Repair Utility Piping in Utilidors

Notice Date
11/14/2024 10:26:25 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25R0025
 
Response Due
11/27/2024 3:00:00 PM
 
Archive Date
12/12/2024
 
Point of Contact
Jason Linn, Phone: 9077532528, Theresa Afrank, Phone: 9077532739
 
E-Mail Address
jason.linn@usace.army.mil, theresa.m.afrank@usace.army.mil
(jason.linn@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
CLR059 Repair Utility Piping in Utilidors, Clear Space Force Station, Clear Alaska THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy for an FY25 Design Build Construction Project. 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 existing Clear SFS utilidor system was originally constructed in the 1960s. Repairs were performed on the steam line in 1988 and additions to the system were made in the 2000s. The system has exceeded its expected service life of 30 years and needs extensive repair and replacement. The primary objective of this project is to renew and extend the service life of the distribution infrastructure located within the utilidor which serves the heating and water needs for the entire Clear Space Force Station. Remove and replace the steam, condensate, and water piping and supports within the Clear SFS utilidors. Repair, reseal, and insulate the utilidor where necessary. Replace ladders, hatches, lighting, switches, outlets, sump pumps, pavement and/or other supporting infrastructure as required. The piping located within the utilidor was originally insulated with asbestos insulation; abate the existing asbestos insulation, asbestos dust, and other hazardous substances. Period of performance for this project is 1218 days. Estimated construction magnitude range is $10 - $25M. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 237110. The small business size standard for this NAICS Code is $45 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 27 November 2024, 2:00 PM AKST, by submitting all requested documentation listed below via email to Jason.Linn@usace.army.mil and Theresa.m.afrank@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, CAGE Code or UEI number, and business size under NAICS 237110. (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 and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work. (5) Provide information on any teaming arrangement that may be formed for performance of this project. (6) Indicate firm�s intent to submit a proposal on the subject acquisition when advertised. 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://sam.gov/SAM/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/11386ebb2945428587d9e2ef3e94fe81/view)
 
Place of Performance
Address: Clear, AK, USA
Country: USA
 
Record
SN07265867-F 20241116/241114230117 (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.