Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2019 SAM #6593
SOURCES SOUGHT

Y -- EIE391 F-35 Combat Arm Training and Maintenance (CATM) Indoor Small Arms Range (14 Firing Point)

Notice Date
12/16/2019 2:29:36 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB20R0024
 
Response Due
12/31/2019 3:00:00 PM
 
Archive Date
01/15/2020
 
Point of Contact
Yolanda M. Ikner, Phone: 9077532553, Theresa M Afrank, Phone: 9077532739, Fax: 9077532544
 
E-Mail Address
yolanda.m.ikner@usace.army.mil, theresa.m.afrank@usace.army.mil
(yolanda.m.ikner@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
DESIGN-BUILD PROJECT FOR F-35A COMBAT ARM TRAINING and MAINTENANCE (CATM) INDOOR SMALL ARMS RANGE (14 FIRING POINT), EIELSON AFB, ALASKA (EIE391) 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 design and construct a F-35A Combat Arm Training and Maintenance (CATM) Indoor Small Arms Range (14 Firing Point) with reinforced concrete floor, walls, with ceiling, lightning and surge protection, and electrical grounding, with special foundations for arctic conditions. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides. The facility should be compatible with applicable DoD, Air Force and base design standards. Use of the Standard Design for Indoor Range found on the Whole Building Design Guide website at https://www.wbdg.org/ffc/af-afcec/prototypes-standard-designs/indoor-range shall be utilized to the maximum extent possible. Facilities will be design as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements; this project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. Other supporting facilities include utilities, site improvements, pavements, communications, environmental remediation, wetland remediation and archeological monitoring. The construction cost limitation for this project is $7,400,000. The performance period will be approximately 519 calendar days.THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.The applicable North American Industry Classification System (NAICS) code is 236220. The small business size standard for this NAICS Code is $39.5 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 31 December 2019, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Ikner), PO Box 6898, JBER, AK 99506-0898 or via email to yolanda.m.ikner@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 236220.(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, magnitude and complexity within the past ten (10) 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 bonding limit and information on the organizational and financial resources available to perform the required work.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://www.sam.gov/portal/public/SAM/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dbdbcc35de1d40628702ff3f0b167db6/view)
 
Place of Performance
Address: AK-02, AK 99702, USA
Zip Code: 99702
Country: USA
 
Record
SN05518140-F 20191218/191216230256 (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.