Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2024 SAM #8380
SOURCES SOUGHT

99 -- FTW507 Repair Airfield Storm Drain System, Fort Wainwright, Alaska

Notice Date
11/4/2024 1:31:08 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
W911KB25R0024
 
Response Due
11/15/2024 3:00:00 PM
 
Archive Date
11/30/2024
 
Point of Contact
Ronald K Jackson, Phone: 9077535596, Fax: 9077532544, Mark Corn, Phone: 9077532817, Fax: 9077532544
 
E-Mail Address
Ronald.K.Jackson@usace.army.mil, mark.r.corn@usace.army.mil
(Ronald.K.Jackson@usace.army.mil, mark.r.corn@usace.army.mil)
 
Description
DESIGN BUILD � REPAIR AIRFIELD STORM DRAIN SYSTEM, FORT WAINWRIGHT, ALASKA (FTW507) 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 to repair work that will correct the stormwater drainage deficiencies and remove obsolete and decommissioned structures that have been identified on Ladd Army Airfield. All work will comply in full with UFC 3-201-1, UFC 3-210-10, FAA AC 150/5370, and applicable codes and regulations, and provide complete and operable storm drain systems. The work includes but is not limited to the removal/replacement of catch basins and manholes, the replacement/abandonment of underground storm pipes, construction of infiltration basins, and demolition of obsolete airfield structures. The existing storm drain system has periods of time water ponds in the infield portions of the airfield that can attract birds, causes hazards to aircraft. The project will increase efficiency within the existing system to improve drainage and supplement the system with basins that detain water without visible surface ponding. The construction will include storm drain pipe and manhole replacement, infiltration basin installation, asphalt replacement, and instrument demolition. The site improvements with include 12� storm pipe, 3-6� cobbles, storm manholes, and unclassified excavation. This project will be executed as a Design-Build. The estimated dollar magnitude of this project is anticipated to be between $8,000,000 and $10,000,000. The performance period will be approximately 300 calendar working 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 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 2 November 2024, 2:00 PM AST, by submitting all requested documentation listed below via email to ronald.k.jackson@usace.army.mil and mark.r.corn@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, UEI number, address, 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 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 at the time an offer is submitted. 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/. ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/747e8c054f674dccb1d702ebe71fed8e/view)
 
Place of Performance
Address: Fairbanks, AK 99701, USA
Zip Code: 99701
Country: USA
 
Record
SN07256710-F 20241106/241104230106 (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.