Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
SOURCES SOUGHT

Y -- JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER

Notice Date
10/12/2023 10:38:40 AM
 
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
W911KB24R0020_Sources_Sought
 
Response Due
10/26/2023 3:00:00 PM
 
Archive Date
11/30/2023
 
Point of Contact
Tammy Davis, THERESA AFRANK
 
E-Mail Address
tammy.davis@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL
(tammy.davis@usace.army.mil, THERESA.M.AFRANK@USACE.ARMY.MIL)
 
Description
JOINT INTEGRATED TEST AND TRAINING CENTER (JITTC), JBER, ALASKA (JBE088) 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 FY25 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: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct the Joint Integrated Test and Training Center (JITTC). �The JITTC Flight Simulator Training Facility (Category Code 171212) will be a 149,913-gross square-foot (GSF) two-story structure. Spaces include both secure and non-secure areas composed of various different space types such as simulator rooms, briefing rooms, mission operation centers, a central server room, an auditorium for 206 persons, administrative space, a security office, break rooms, and �storage. �Utilities include standard domestic and fire protection water, electrical (to include a new substation), sanitary sewer, and communications �systems. Site improvements include earthwork, landscaping, and exterior lighting. Pavements include parking, sidewalks, �and roadways.� The estimated dollar magnitude of this project is anticipated between $250,000,000 and $500,000,000.� The anticipated completion time is 34 months. 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 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 26 October 2023, 2:00 PM AK Time, by submitting all requested documentation via email to tammy.davis@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. 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 and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work. 5. Provide information on any teaming arrangement that may be formed for performance of this project. 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. 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/eb2be0450843414180e745ccd6aa94c7/view)
 
Place of Performance
Address: JBER, AK 99506, USA
Zip Code: 99506
Country: USA
 
Record
SN06858726-F 20231014/231012230053 (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.