Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2025 SAM #8487
SOURCES SOUGHT

99 -- FTW463 Repair and Maintain Building 4062

Notice Date
2/19/2025 2:47:05 PM
 
Notice Type
Sources Sought
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB25R0017
 
Response Due
3/4/2025 3:00:00 PM
 
Archive Date
03/19/2025
 
Point of Contact
Ronald K Jackson, Phone: 9077535596, Fax: 9077532544, Mark Corn, Phone: 9077532817
 
E-Mail Address
Ronald.K.Jackson@usace.army.mil, mark.r.corn@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, mark.r.corn@usace.army.mil)
 
Description
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 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 4062 Permanent Personnel Barracks on Fort Wainwright, Alaska. This project will restore, repair, and maintain Building 4062, which is an Unaccompanied Enlisted Personnel Housing (UEPH) facility that is in noncompliance with present Army standards. The facility should be compatible with applicable DoD, Army, and base design standards. This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. The repair will include but is not limited to: Demolition of exterior landings and sidewalks Site Improvements Site grading to match new building entrances and final floor elevation New sidewalks to match new building entrances Utilities: Potential for upsizing of waterline to building Anti-Terrorism and Force Protection Measures 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 $15,000,000 and $20,000,000. The performance period will be approximately 300 calendar working days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL 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 4 March 2025, 2:00 PM AKDT, by submitting a PDF via email to ronald.k.jackson@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 UEI/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/ada391d003e54f6ea771fd21881d877b/view)
 
Place of Performance
Address: AK 99701, USA
Zip Code: 99701
Country: USA
 
Record
SN07347419-F 20250221/250219230039 (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.