Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SPECIAL NOTICE

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

Notice Date
4/19/2023 9:35:39 AM
 
Notice Type
Special Notice
 
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
4/7/2023 3:00:00 PM
 
Archive Date
04/07/2024
 
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
Maintenance Support Facility�(MSF), Fort Greely, Alaska � Integrated Design & Construction (IDaC)�(FTG251)�� THIS IS A DRAFT RFP 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 is to receive questions from 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 initial target cost, exclusive of fees and profit for this project is $60,000,000.� The performance�period�for pre-construction services will be approximately�400�calendar days; the performance period for the construction option�will be approximately�850�calendar days.�� THIS IS A DRAFT RFP 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.�All�interested firms are encouraged to respond with questions to this announcement no later than�7�April 2023, 2:00 PM AKST, by submitting all question 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.� � �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78e218f0c281471aa0572bf1aee954c8/view)
 
Place of Performance
Address: Fort Greely, AK 99731, USA
Zip Code: 99731
Country: USA
 
Record
SN06655328-F 20230421/230419230112 (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.