Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 21, 2016 FBO #5172
SOURCES SOUGHT

Y -- Addition to Physical Readiness Training Facility (FTG151)

Notice Date
1/19/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Alaska, ATTN: CEPOA-CT, P. O. Box 6898, JBER, Alaska, 99506-6898, United States
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-16-S-FTG151
 
Point of Contact
Kathy Kinnett,
 
E-Mail Address
kathy.j.kinnett@usace.army.mil
(kathy.j.kinnett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT POSTING. The US Army Corps of Engineers 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 construct Addition to Physical Readiness Training Facility (FTG151) at Ft. Greely, Alaska. PROJECT DESCRIPTION: The project is fully designed and will entail construction of an addition to an existing Physical Readiness Training Facility to include a four (4) lane, indoor jogging track and training modules, and an enclosed corridor between existing building and new facility for movement between the facilities. The project includes Low Impact Development features; information systems; Fire Protection and alarm system, Energy Monitoring Control System (EMCS); Sustainability/Energy Conservation measures; utility connections; lighting; storm drainage; landscaping and signage. Heating and air conditioning shall be provided by connection to the existing energy plant. Access for individuals with disabilities, and Minimum Antiterrorism for Building standards are required. LEED Silver applies. The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction, and the related small business size standard is $36.5 Million. The estimated dollar magnitude of this project is $5-$10 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONTRACTOR FIRMS ONLY. All interested small business firms are encouraged to respond to this announcement no later than 08 February 2016, 2:00 PM AST, by submitting all requested documentation listed below by email to the Contract Specialist, Kathy Kinnett at Kathy.J.Kinnett@usace.army.mil. Interested small business 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. Identify small business type, if applicable (HUBZone, VOSB, SDVOSB, WOSB, 8(a), 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 construction 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 information on any teaming arrangement that may be formed for performance of this project. 5. Provide firm's single project bonding limit and information on the organizational and financial resources available to perform the required work. 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. Prospective contractors must be registered in the System for Award Management (SAM) to be eligible for a contract award. Information on SAM can be obtained via the Internet at http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-16-S-FTG151/listing.html)
 
Place of Performance
Address: Fort Greely, Alaska, United States
 
Record
SN03994524-W 20160121/160119233936-5cbb17f8c59096faa57f4c51b542a4d8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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