Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2023 SAM #7817
SOURCES SOUGHT

Z -- W911KB24R0005 PHYSICAL READINESS FIELDHOUSE, FORT WAINWRIGHT, ALASKA (FTW453)

Notice Date
4/21/2023 4:56:41 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST ALASKA ANCHORAGE AK 99506-0898 USA
 
ZIP Code
99506-0898
 
Solicitation Number
W911KB24R0005
 
Response Due
2/21/2023 3:00:00 PM
 
Archive Date
05/31/2024
 
Point of Contact
Yolanda M. Ikner, Phone: 9077532553, Theresa Afrank, Phone: 9077532739
 
E-Mail Address
yolanda.m.ikner@usace.army.mil, theresa.m.afrank@usace.army.mil
(yolanda.m.ikner@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
W911KB24R0005-PHYSICAL READINESS FIELDHOUSE, FORT WAINWRIGHT, ALASKA (FTW453) 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 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 Construct a modified standard design Physical Fitness Center on Fort Wainwright, Alaska Project includes elevated four lane 200-meter indoor track, cardio and weight training modules, locker rooms, control desk, administrative area, lobby, laundry, an elevator, and storage. Primary facilities include special foundations, cybersecurity, and antiterrorism/force protection (AT/FP) measures, building information systems, fire protection and alarm systems, intrusion detection system (IDS) installation, and energy monitoring control systems (EMCS) connection. Sustainability and energy enhancement measures are included. Supporting facilities include site development, utilities and connections, storm drainage, paving, parking, walkways, lighting, information systems, landscaping, and signage. Heating will be provided by connection to the existing steam district heating system. Measures in accordance with the Department of Defense (DoD) Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided as appropriate. Facilities will be designed to a minimum life of 40 years in accordance with DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 40 Tons). The estimated dollar magnitude of this project is anticipated between $75,000,000 and 100,000,000 THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL The small business size standard for this NAICS code is $45.5 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 21 February 2023, 2:00PM AST, by submitting a PDF via email to yolanda.m.ikner@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.). � � � �3. 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. � � � �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. 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 DUNS/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/329a3b284dee46a2b23a586dc60417dc/view)
 
Place of Performance
Address: Fort Wainwright, AK 99703, USA
Zip Code: 99703
Country: USA
 
Record
SN06659281-F 20230423/230421230111 (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.