Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2017 FBO #5592
SOURCES SOUGHT

Y -- EIE405 Extend Steam/Water to the South Loop

Notice Date
3/14/2017
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures 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-17-S-E405
 
Archive Date
4/13/2017
 
Point of Contact
Ronald K. Jackson, Phone: 9077535596, Michelle Mandell, Phone: 907 753-2502
 
E-Mail Address
ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil
(ronald.k.jackson@usace.army.mil, Michelle.R.Mandell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
F-35A, EXTEND STEAM/WATER TO THE SOUTH LOOP, EIELSON AFB, ALASKA (EIE405) 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: 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 construct an F-35A Extend Steam/Water to the South Loop on Eielson AFB, Alaska. The work shall be in accordance with Request for Proposal documents. Construction will consist of steam and water piping in a utility line duct enclosure (utiliduct) starting at the Central Heat & Power Plant (CHPP), ending just past Building 1337 on the South Loop. Proposed piping consists of a steam line, condensate return line, and water main. Utiliduct structures are a shallow buried concrete vault used to route utilities. Electrical work includes installation of sump pumps, manhole lighting, manhole power outlets, and manhole services at 400 foot intervals. All excavations and disturbed areas will have their surfaces returned to their original condition. The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Facilities will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200-02). This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010=01. The estimated dollar magnitude of this project is anticipated between $35,000,000 and $45,000,000. The performance period will be approximately 548 calendar days, firm dates will be established. Anticipated advertisement is February 2018. 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 $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 29 March 2017, 2:00 PM 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, address 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 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. 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 http://www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-S-E405/listing.html)
 
Place of Performance
Address: Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN04434196-W 20170316/170314234246-65f3854454b93391a5b07d56ff7a5f19 (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.