EIE430 Corrosion Control Hangar Fire Suppression, Eielson AFB, Alaska

Agency:
State: Alaska
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159392498821694
Posted Date: Oct 18, 2023
Due Date: Oct 31, 2023
Source: Members Only
Follow
EIE430 Corrosion Control Hangar Fire Suppression, Eielson AFB, Alaska
Active
Contract Opportunity
Notice ID
W911KB24RE430
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Oct 17, 2023 06:45 pm AKDT
  • Original Response Date: Oct 31, 2023 02:00 pm AKDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Fairbanks , AK 99701
    USA
Description

CORROSION CONTROL HANGAR FIRE SUPPRESSION, EIELSON, ALASKA (EIE430)





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 FY24 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 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 the fire safety deficiencies identified in AFCEC Project # AFCE889697, Hangar Evaluation Installation Report (HEIR). All work shall comply in full with National Fire Protection Agency Codes (NFPA), UFC 4-211-01, UFC 3-600-01, and applicable code sand regulations, and provide complete and operable fire protection systems. The work includes but is not limited to removal work to replace the existing building fire alarm system to a combined fire alarm/mass notification system, and conversion of the existing overhead Aqueous Film Forming Foam (AFFF) system to a water pre-action fire sprinkler system. The existing bathroom space will be reconfigured into a clean to dirty transition space from all painting and preparation areas to office and break spaces. Electrical, mechanical, structural and HVAC systems within the existing space will be reconfigured to support the purpose of the new space. All existing lighting fixtures will be replaced with new LED fixtures to meet space required lighting levels to correct the existing safety deficiency. The construction work will include a fire pump room addition containing accessories to support the new high-expansion foam system. Site improvements include new fire hydrants, a fire truck access road, six new manholes, and 470 feet of utiliduct including water, steam, condensate, and sewer piping in the utiliduct. Additionally, a new causeway corridor will be constructed on the external of the building in connection with the clean/dirty transition space.





The estimated dollar magnitude of this project is anticipated between $35,000,000 and $40,000,000. The performance period will be approximately 730 calendar days.





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 238220. The small business size standard for this NAICS Code is $19 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 31 October 2023, 2:00 PM Alaska Time, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Jackson), PO Box 6898, JBER, AK 99506-0898 or via email to ronald.k.jackson@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 238220.



(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/.




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 17, 2023 06:45 pm AKDTSources Sought (Original)

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.

Start Free Trial Today >