Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOURCES SOUGHT

Z -- Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Various locations, Alaska

Notice Date
6/8/2017
 
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-17-R-SRM
 
Archive Date
7/7/2017
 
Point of Contact
Phil Charles, Phone: 9077532527, Michelle R Mandel, Phone: 907-753-2502
 
E-Mail Address
phil.k.charles@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(phil.k.charles@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This is a Request for Information (RFI) as used in FAR 15.201(e) as part of its market research process. This is an RFI and is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response. It is emphasized that this RFI is for planning and information purposes only. NO PROPOSALS are being requested nor accepted under this notice. The U.S. Army Corps of Engineers, Alaska District, will use information obtained under this notice to develop an acquisition strategy to help meet the needs for this procurement. This acquisition was previously awarded as a Firm Fixed-Price, Indefinite Delivery, Indefinite Quantity-type Competitive 8(a) contract. Information requested is for SBA Certified 8(a) Sources that have the capability and financial means from the geographic region limited to Alaska for the follow-on contract to handle the requirements of Sustainment, Renovation and Modernization (SRM). All interested SBA Certified 8(a) Program participant vendors are invited to provide information about your company. The Government is seeking in accordance with FAR Subpart 36.3 and FAR 19.805 to identify qualified, experienced 8(a) offerors. Capabilities are sought for 8(a) firms possessing unique areas of expertise or lines of business to include; working with and on military installations/bases, on-road and off-road network construction, remote site logistics, transportation by land, sea and air, and ability to work in extreme environmental conditions including north of the arctic circle, the Aleutian Islands, and interior Alaska if necessary. Most work is anticipated at locations such as Fort Wainwright, Eielson Air Force Base, Fort Greely Alaska, Clear Air Force Station, NOAA Gilmore Creek Site and Kodiak Island and other areas of concentrations of federal facilities, as well as, various other Alaska locations. For more information on the Alaska District, please visit the following link: http://www.poa.usace.army.mil DESCRIPTION OF WORK: Typical requirements issued by the U.S. Army Corps of Engineers, Alaska District may include services for Design-Build Construction (vertical and horizontal) Construction, those related to Facility Sustainment, Restoration and Modernization, of real property, new construction, repairs, incidental demolition (including HazMat testing, removal and disposal), facility and system maintenance and upgrade, infrastructure and site improvements. Efforts may include, but not limited to, facilities, industrial building, power plants, utilities (water, sewer, communications, security stems, electric, fire protection, and steam and hot water systems), incidental environmental work to include, but not limited to, incidental soil, and asbestos containment/disposal, and/or site work fencing, roads, parking, airfield paving, and drainage. CONTRACT INFORMATION: The magnitude of the anticipated contract will be a contract ceiling amount of $48 Million over a five (5) year ordering period. It is anticipated that the SRM contract will be a Firm Fixed-Price, multiple award Indefinite Delivery, Indefinite Quantity type contract. Government anticipates awarding up to three (3) contracts, and the contract amount of $48 Million will be shared by the successful offeror(s). The North American Industry Classification System (NAICS) code for this program is 236220, Commercial and Institutional Building Construction and a Business Size Standard of $36.5 Million. It is anticipated that Task Orders issued under these contracts will be performed within the State of Alaska, which may include interior, coastal, and Aleutian Islands areas. The solicitation will define task order procedures and minimum guarantee amount. It is anticipated that the majority of the Task Orders awarded under the SRM-IDIQ will range in value from $3K to $7M. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If your firm has an interest in proposing on future requirements as described above, who believe they can meet the requirements, are invited to submit, in writing, a complete capabilities package. Provide responses NO LATER THAN 22 JUNE 2017 at 2:00 PM AKST. Responses will be considered in the development of the acquisition strategy to support this program. The Point of Contact for this action is Michelle Mandel, Contracting Officer, Alaska District Corps of Engineers, at 907753-2502 or michelle.r.mandel@usace.army.mil and phil.k.charles@usace.army.mil At a minimum an electronic copy of the firm's capability statement shall state skills, experience, and knowledge required to perform this type of work. The information requested should not exceed three (3) total double-sided pages, single spaced with 12 pitch font size, and include the following: 1. Bonding Capacity: Provide firm's single project bonding limit and information on the organizational and financial resources available to perform the required work. Describe experience working within the State of Alaska. The Davis-Bacon Act will apply. 2. Are you considering submitting a proposal as a prime contractor? NOTE: Failure to respond to this RFI (Sources Sought) market research survey will NOT preclude a firm from participating in the resulting solicitations. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. Registration at 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 offer ineligible for award. Information on the SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA85/W911KB-17-R-SRM/listing.html)
 
Place of Performance
Address: Various locations, Alaska, Anchorage, Alaska, 99506, United States
Zip Code: 99506
 
Record
SN04537267-W 20170610/170608234341-918750f98b41bd68a988742c76616ebf (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.