DESIGN-BUILD REPLACE PLUMBING – FIRE PROTECTION SYSTEMS (B150), TIN CITY, ALASKA (TIN006)
Agency: | DEPT OF DEFENSE |
---|---|
State: | Alaska |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159019605584883 |
Posted Date: | Apr 5, 2024 |
Due Date: | Apr 22, 2024 |
Solicitation No: | W911KB24R0040 |
Source: | Members Only |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
- Original Published Date: Apr 05, 2024 09:24 am AKDT
- Original Response Date: Apr 22, 2024 02:00 pm AKDT
- Inactive Policy: Manual
- Original Inactive Date: Apr 22, 2025
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
-
NAICS Code:
- 236220 - Commercial and Institutional Building Construction
-
Place of Performance:
Wales , AKUSA
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy. 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 for design and repair of the plumbing and fire protection systems within composite building B150, Tin City Long Range Radar Site (LRRS), Tin City, Alaska. The Tin City LRRS is located near the western tip of the Seward Peninsula approximately 650 air miles northwest of Anchorage, AK, a logistically challenging, remote location accessible only by air and/or barge. Building B150 is 4 stories, with the third story unoccupied. The facility was originally designed for over 300 personnel to operate this remote radar site, however, is minimally manned for maintenance of the facilities. The building occupancy and use will not change. Design and repairs include replacement of the existing fire sprinkler system, plumbing systems, and will incorporate all related architectural, structural, electrical, and other necessary supporting disciplines to complete the design and repair. The repair will need to accommodate for minimal impacts to existing operations within the facility, including the establishment of a complete temporary kitchen to support meal preparation and cleanup when the permanent kitchen is shut down for plumbing repairs. The estimated dollar magnitude of this project is anticipated between $15,000,000 and $20,000,000.
THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION SHALL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.
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 22 April 2024, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Corn) (Afrank), PO Box 6898, JBER, AK 99506-0898 or via email to mark.r.corn@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, CAGE Code, address 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 bonding limit and information on the organizational and financial resources available to perform the required work.
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://www.sam.gov/portal/public/SAM/.
- CONTRACTING OFFICE KO 2204 3RD STREET
- ANCHORAGE , AK 99506-0898
- USA
- Mark Corn
- mark.r.corn@usace.army.mil
- Phone Number 9077532817
- THERESA AFRANK
- THERESA.M.AFRANK@USACE.ARMY.MIL
- Phone Number 9077532739
- Apr 05, 2024 09:24 am AKDTSources Sought (Original)
Related Document
May 1, 2024 | [Presolicitation (Original)] TIN006 Replace Plumbing and Fire Protection Systems (B150) |
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.