Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOURCES SOUGHT

99 -- Repair Water Systems- Building 4010, Eareckson Air Station, Shemya Island, ALASKA (EAR068)

Notice Date
2/16/2023 6:11:01 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB23R0035
 
Response Due
3/3/2023 3:00:00 PM
 
Point of Contact
THERESA AFRANK, Phone: 9077532739, MAJ Mark Milligan, Phone: 9077535611
 
E-Mail Address
THERESA.M.AFRANK@USACE.ARMY.MIL, mark.d.milligan@usace.army.mil
(THERESA.M.AFRANK@USACE.ARMY.MIL, mark.d.milligan@usace.army.mil)
 
Description
Repair Water Systems- Building 4010, Eareckson Air Station, Shemya Island, ALASKA (EAR068) 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 will provide major upgrades to mechanical cooling systems in building 4010.� The work will be phased to minimize system downtime.� The upgrades include; (1) replacement of three chillers and associated pumps that provide refrigerated water to the air handler cooling coils, (2) replacement of demineralization equipment, pumps and heat exchanger serving the demineralized water system, (3) replace copper piping throughout the demineralized water system with stainless steel piping, (4) replacement of pumps for the ethylene glycol system that provides cooling of the transmitter power supplies and 3-bit phase shifters, as well as heating(deicing) of the radar Antenna Array, (5) addition of an electric boiler system to supply contingency heat to the array deicing system and (6) replacement of two exhaust fans.� The estimated dollar magnitude of this project is anticipated between $10,000,000 and $20,000,000.� The performance period will be approximately 730 calendar days THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The applicable North American Industry Classification System (NAICS) code is 237110. �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 03 March 2023, 2:00 PM AKST, by submitting all requested documentation listed below to: mark.d.milligan@usace.army.mil �and theresa.m.afrank@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 237110. (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. (6)� 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 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/36d288d95b97422883d7dd657502685c/view)
 
Place of Performance
Address: AK, USA
Country: USA
 
Record
SN06594659-F 20230218/230216230120 (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.