SOURCES SOUGHT
Y -- Design, Construction and Repairs to Utilidors and Related Systems, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Various Military Installations, Alaska
- Notice Date
- 8/25/2017
- 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
- W911KB18SS0005
- Archive Date
- 9/23/2017
- Point of Contact
- Ronald K Jackson, Phone: 907 753-5596, Clara Sullivan, Phone: 9077532851
- E-Mail Address
-
Ronald.K.Jackson@usace.army.mil, clara.d.sullivan@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, clara.d.sullivan@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR SMALL BUSINESS ONLY. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. The U.S. Army Corps of Engineers (USACE), Alaska District is conducting market research to facilitate a determination of acquisition strategy and determine availability of potential qualified contractors prior to determining method of solicitation for anticipated acquisition. The determination of acquisition strategy lies solely with the Government and will be based on this market research and information available to the Government from other sources. This USACE Alaska District market research is anticipated to identify businesses, small business category, business type, and businesses that have the capability to perform the type of work requirements described as follows: The sources sought is for an anticipated acquisition for the Design, Construction and/or Repair of Utilidor Systems on various military installations throughout Alaska, and primarily Eielson Air Force Base (AFB). The proposed acquisition will be for an indefinite-delivery indefinite-quantity (IDIQ) multiple award contract type in accordance with the Federal Acquisition Regulation (FAR) Part 16.5. A variety of individual utilidor system related design, construction and repair tasks will be issued through task order on the IDIQ contract(s). During a proposed 5-year ordering period, the Government will identify the specific scope of construction or repair work required to complete each job, negotiate a price and performance time for each job, and issue task orders to the contractor to complete the work. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Individual jobs will vary in size, with majority not expected to exceed $15,000,000.00 Million (M). The jobs will include but are not limited to a variety of design, construction, repair and replacement of sewer, water, steam, and steam condensate lines within existing utilidor structures or direct buried, as well as, utilidor/manhole demolition, enlargement of specified existing manholes, asbestos abatement, and repair of cracks/leaks to utilidor structures. It is anticipated to be awarded as a multiple award IDIQ with up to three (3) contracts awarded with a shared capacity that shall not exceed $200M. The applicable North American Industry Classification System (NAICS) code is 237110, Water and Sewer Line and Related Structures Construction, and the related small business size standard is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED SMALL BUSINESS PRIME CONSTRUCTION FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 2:00 PM ALASKA TIME, 08 September 2017, Friday, by email only, submit electronically all requested documentation listed below to: Mr. Ron Jackson, ronald.k.jackson@usace.army.mil, with copy to Ms. Clara Sullivan, clara.d.sullivan@usace.army.mil. Interested firms should submit a capabilities package (not exceeding a total of five (5) pages) demonstrating their firm's ability to perform the work listed above. Package should include the following information: (1) Business name, address and whether firm business size under NAICS 237110 applies. (2) Identify the small business type (HUBZone, SDVOSB, 8(a), WOSB, etc). (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity (as identified above), completed by the firm (or not less than 50% complete) within the past five (5) years. List actual similar construction projects completed and include project title and location, a brief description of the project to include if it was design build, dollar amount of the project, and amount of work self-performed. (4) Provide firm's single project bonding limit and aggregate bonding limit, as well as, information on the organizational and financial resources available to perform the required work. 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 at least thirty (30) days 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/W911KB18SS0005/listing.html)
- Place of Performance
- Address: Eielson Air Force Base and Various Military Locations, Alaska, JBER, Alaska, 99506, United States
- Zip Code: 99506
- Zip Code: 99506
- Record
- SN04646892-W 20170827/170825231241-41afe1f5f545d286724ef7c0e4b2d011 (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 |