Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2023 SAM #7800
SOURCES SOUGHT

Y -- FTW459 Repair Permanent Personnel (PP) Barracks Building 3207

Notice Date
4/4/2023 3:00:03 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
W911KB23R0010
 
Response Due
4/10/2023 11:00:00 AM
 
Point of Contact
Ron Perry, Phone: 9077532549, Tracy Wickham, Phone: 9077532543
 
E-Mail Address
ronald.perry@usace.army.mil, tracy.l.wickham@usace.army.mil
(ronald.perry@usace.army.mil, tracy.l.wickham@usace.army.mil)
 
Description
REPAIR PERMANENT PERSONNEL (PP) BARRACKS BUILDING 3207, FORT WAINWRIGHT, ALASKA (FTW459) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.�The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy for an FY23 Design Bid Build Construction Project. 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 repair Building 3207 Permanent Personnel Barracks on Fort Wainwright, Alaska. The repair will include correcting building deficiencies from normal wear and tear; update the HVAC DDC controls; resolve current mechanical system operational issues. The project may also include: provide new ceiling tile and flooring throughout the building; patch and paint all walls; install new DDC controls and replace control valves in all 144 dorm rooms; install LED lighting and ceiling fans in all 144 dorm rooms; replace, repair or paint all exterior doors as needed, repair exterior EFIS in spots; install a redesigned downspout; repair two sewage lift stations; repair main mechanical room from recent water damage; add new additional washer and drier connections to the existing laundry room; and convert four multipurpose rooms to weight rooms. The work shall be in accordance with Request for Proposal documents. This project will comply with DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200-02). This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The estimated dollar magnitude of this project is anticipated between $10,000,000 and $25,000,000. An anticipated completion date of 450 days after contract award. A solicitation is anticipated to be posted on or about May 2023. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL The small business size standard for this NAICS code is $45 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 10 April 2023, 2:00 PM AKDT, by submitting a PDF via email to ronald.perry@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages, font size 11 in Times New Roman font) demonstrating the ability to perform work listed above. Packages should include the following information: Business name, address and business size standard under NAICS 236220 If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Women Owned Small Business, etc.). Demonstration of the firm�s experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar of the project and work that was self-performed. Provide firm�s single project and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work. Provide information on any teaming arrangement that may be formed for performance of this project. Indicate firm�s intent to submit a proposal on the subject acquisition when advertised. Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered in this market research. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. If already registered in SAM, please provide your DUNS/CAGE code. 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 http://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bcd0b51386d743f7a524e08e357b65eb/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN06640088-F 20230406/230404230112 (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.