Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 07, 2023 SAM #7711
SOURCES SOUGHT

Y -- Maintenance Support Facility (MSF), Fort Greely, Alaska � Integrated Design & Construction (IDaC) (FTG251)

Notice Date
1/5/2023 12:47:46 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
W911KB23R0026
 
Response Due
1/20/2023 3:00:00 PM
 
Archive Date
01/20/2024
 
Point of Contact
Michelle Nelsen, Phone: 9077532527, Theresa Afrank, Phone: 9077532739
 
E-Mail Address
michelle.nelsen@usace.army.mil, theresa.m.afrank@usace.army.mil
(michelle.nelsen@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.? The U.S.�Army�Corps of�Engineers�Alaska�District�is conducting market research to facilitate?a determination of acquisition strategy�for an�Integrated Design and Construction (IDaC)�project�for the�Maintenance Support Facility�(MSF) at Fort Greely, Alaska.? 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 a ~60,000 square foot�Maintenance Support Facility�(MSF), located on the Missile Defense Complex, to provide warehouse, maintenance shops, management support areas, building maintenance/support areas (janitorial, etc.), and vehicle storage space to provide recurring maintenance for the weapon system and be postured to quickly respond to mission essential weapons system failures.� The�facility�will include typical commercial building design to include electrical medium voltage and low voltage distribution, HVAC and ventilation systems, lightning protection and equipment grounding, fire protection (alarm, reporting and suppression), potable and fire water, storm drainage, sanitary sewer and inside plant and outside plant communications systems.�� The�proposed contract type for construction is Integrated Design and Construction (IDaC). The proposed contract type will permit award of the construction contract early on in the project�s development through a competitive firm-fixed-price process.�This early construction�Contractor�involvement enables the selected construction�Contractor�to provide constructability and cost input to the Designer of Record as the design progresses, who is simultaneously performing under a contract separately awarded pursuant to Brooks Act procedures.�The�IDaC�contract includes pre-construction phase consultation services at a firm-fixed-price, which�includes an option for the construction phase at a�firm-fixed-price�with a�maximum ceiling price,�initial target cost,�and target profit.� The estimated dollar magnitude of this project is anticipated between�$70,000,000 to $75,000,000.� The performance�period�for pre-construction services will be approximately�400�calendar days; the performance period for the construction option�will be approximately�540�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 $45.0�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�20�January 2023, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT�(Michelle Nelsen), PO Box 6898, JBER, AK 99506-0898 or via email to�michelle.nelsen@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, CAGE Code or DUNS number,�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)��Provide firm�s single project and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work.� (4)� Indicate firm�s intent to submit a proposal on the subject acquisition when advertised.� (5)�Qualifications of the�Contractor�or team and experience in performing the work requirements stated above. Firms must submit past demonstrated experience�as a prime�Contractor�with up to�three examples of an Early�Contractor�Involvement (ECI), EDI-IDaC, CM at Risk, or�Integrated Project Delivery, similar in scope, size,�type�and magnitude�within the past ten�(10) years�that the�Contractor�or the team has performed.�List the actual projects completed and include�the�project title and location along with the examples�that�demonstrate complex building construction and�should highlight demonstrated�experience with construction on an occupied site with minimal impact to�existing�operations and cutover time�and management. Coordination, and execution of a multi-discipline (architectural, civil, structural,�mechanical�/ electrical�/ plumbing etc.)�Maintenance�Support�Facility project.�Finally, provide a brief description of the�dollar amount of the project and�work that was self-performed.�� (6) Identify the�major�subcontractor(s), including their prior experience and�qualification, which will be used to support the effort. Describe the teaming relationship and contract structure between�the�construction�Contractor, the�Owner and�the Designer of Record, and how the Construction�Contractor�improved the quality of the final design, improved the delivery schedule, and reduced overall project cost.�� (7)�The�Contractor�shall provide recommendations�on information that the Government should provide with the�IDaC�formal solicitation that will aid the�Contractor�in developing meaningful pricing information to arrive at the initial target cost.� 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://sam.gov/SAM/.����
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dce88a8d8344416b889bac3a75fd1a33/view)
 
Place of Performance
Address: Fort Greely, AK 99731, USA
Zip Code: 99731
Country: USA
 
Record
SN06557645-F 20230107/230105230111 (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.