Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2026 SAM #8900
SOURCES SOUGHT

Z -- WAK030-REPLACE WATER TANKS, WAKE ISLAND

Notice Date
4/7/2026 11:27:11 AM
 
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
W911KB27RA005
 
Response Due
4/22/2026 3:00:00 PM
 
Archive Date
05/07/2026
 
Point of Contact
Brittney Morrison, Phone: 9077532894, Theresa Afrank, Phone: 9077532739
 
E-Mail Address
brittney.morrison@usace.army.mil, theresa.m.afrank@usace.army.mil
(brittney.morrison@usace.army.mil, theresa.m.afrank@usace.army.mil)
 
Description
REPLACE WATER TANKS, WAKE ISLAND (WAK030) 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 FY27 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: Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for the project. This project includes the design and construction for removal and replacement of the finished water storage tanks and water treatment systems at Wake Island. Water storage tank removal includes six 300,000-gallon above grade (AG) concrete tanks and two 2,000,000-gallon AG steel tanks to be replaced with three AG concrete finished water storage tanks. Water tank replacement will include supporting infrastructure including infrastructure including infrastructure including influent and effluent. Work also includes associated electrical upgrades to provide adequate and reliable power for the potable water system. The estimated dollar magnitude of this project is anticipated to be more than $10,000,000. The performance period will be approximately 1460 calendar days. THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. 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 22 April 2026, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Morrison), PO Box 6898, JBER, AK 99506-0898 or via email to brittney.morrison@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 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 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. (7) Provide firm�s highest level of CMMC certification 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 4.203-1 and 4.304, 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/.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/065c245dc9f145aa819de5b79302b46f/view)
 
Place of Performance
Address: HI 96777, USA
Zip Code: 96777
Country: USA
 
Record
SN07770876-F 20260409/260407230049 (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!  © 1994-2026, Loren Data Corp.