Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

Y -- FTW439 CHILD DEVELOPMENT CENTER (CDC)

Notice Date
10/16/2020 4:17:35 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
W911KB21FTW439CDC
 
Response Due
11/13/2020 3:00:00 PM
 
Archive Date
11/28/2020
 
Point of Contact
Tammy Davis, Phone: 9077535592, Michelle Mandel, Phone: 9077532502
 
E-Mail Address
tammy.davis@usace.army.mil, Michelle.R.Mandel@usace.army.mil
(tammy.davis@usace.army.mil, Michelle.R.Mandel@usace.army.mil)
 
Description
DESIGN BUILD - CHILD DEVELOPMENT CENTER (CDC), FORT WAINWRIGHT, ALASKA (FTW439) � 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: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to design and construct a standard, large Child Development Center (CDC) at Fort Wainwright, Alaska. The Child Development Center is to include space for food service; infants, toddler, preschool, kindergarten, and hourly care age activity modules, isolation areas, laundry; waiting and reception; administrative space, staff lounge; storage; both child and adult toilet facilities, local area network (LAN) lines in all rooms, kitchen and offices, an intercom system; buggy/car seat storage; and air conditioning. Facility will be equipped with video surveillance in all childcare areas. Outdoor play areas are to include areas for infants, pre-toddlers, and preschoolers and have safety surfacing; they include a playground and an enclosed play area. Project includes special foundations, building information systems, electronic keyless locks and energy monitoring and control systems (EMCS). Supporting facilities to include utilities (connection to existing underground utilities), electric service, exterior lighting, paving, walks, curbs, gutters, erosion control measures, information systems (phone and LAN connections), site improvements, outdoor play areas, anti-terrorism/force protection (AT/FP), and fire protection. Heating will be provided by connection to a central plant and air conditioning will be provided by self-contained systems. Minimum AT/FP measures required by current Department of Defense Minimum Standards will include, laminated glass, site landscaping, standoff distances, mass notification system, exterior illumination, and emergency air distribution shutoff. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. This project will be executed as a Design-Build. The estimated dollar magnitude of this project anticipated to be between $40,000,000 and $60,000,000. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION SHALL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS. 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 13 November 2020, 2:00 PM AST, by submitting all requested documentation listed below via email to tammy.davis@usace.army.mil and michelle.r.mandel@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, CAGE Code, 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 and complexity within the past five (5) 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 at the time an offer is submitted. �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/407a012cdf4946c3b0bcb8a7d7cd8e1b/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN05829900-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.