Maintenance Support Facility (MSF), Fort Greely, Alaska – Integrated Design & Construction (IDaC) (FTG251)

Agency: DEPT OF DEFENSE
State: Alaska
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159454778713279
Posted Date: Mar 24, 2023
Due Date: Apr 7, 2023
Solicitation No: W911KB23R0026
Source: Members Only
Follow
Maintenance Support Facility (MSF), Fort Greely, Alaska – Integrated Design & Construction (IDaC) (FTG251)
Active
Contract Opportunity
Notice ID
W911KB23R0026
Related Notice
W911KB23R0026
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Original Published Date: Mar 24, 2023 12:50 pm AKDT
  • Original Response Date: Apr 07, 2023 02:00 pm AKDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Fort Greely , AK 99731
    USA
Description

Maintenance Support Facility (MSF), Fort Greely, Alaska – Integrated Design & Construction (IDaC) (FTG251)



THIS IS A DRAFT RFP ONLY.  The U.S. Army Corps of Engineers Alaska District is conducting market research to facilitate a determination of acquisition strategy for an Integrated Design and Construction (IDaC) project for the Maintenance Support Facility (MSF) at Fort Greely, Alaska.  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 is to receive questions from 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 construct a ~60,000 square foot Maintenance Support Facility (MSF), located on the Missile Defense Complex, to provide warehouse, maintenance shops, management support areas, building maintenance/support areas (janitorial, etc.), and vehicle storage space to provide recurring maintenance for the weapon system and be postured to quickly respond to mission essential weapons system failures. The facility will include typical commercial building design to include electrical medium voltage and low voltage distribution, HVAC and ventilation systems, lightning protection and equipment grounding, fire protection (alarm, reporting and suppression), potable and fire water, storm drainage, sanitary sewer and inside plant and outside plant communications systems.



The proposed contract type for construction is Integrated Design and Construction (IDaC). The proposed contract type will permit award of the construction contract early on in the project’s development through a competitive firm-fixed-price process. This early construction Contractor involvement enables the selected construction Contractor to provide constructability and cost input to the Designer of Record as the design progresses, who is simultaneously performing under a contract separately awarded pursuant to Brooks Act procedures. The IDaC contract includes pre-construction phase consultation services at a firm-fixed-price, which includes an option for the construction phase at a firm-fixed-price with a maximum ceiling price, initial target cost, and target profit.



The initial target cost, exclusive of fees and profit for this project is $60,000,000. The performance period for pre-construction services will be approximately 400 calendar days; the performance period for the construction option will be approximately 850 calendar days.



THIS IS A DRAFT RFP 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 $45.0 Million. All interested firms are encouraged to respond with questions to this announcement no later than 7 April 2023, 2:00 PM AKST, by submitting all question documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Michelle Nelsen), PO Box 6898, JBER, AK 99506-0898 or via email to michelle.nelsen@usace.army.mil.


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

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 >