News

CONSTRUCT POL OPERATIONS FACILITY, JOINT BASE ELMENDORF-RICHARDSON (JBER), ALASKA (JBE047)

Type of document: Contract Notice
Country: United States

CONSTRUCT POL OPERATIONS FACILITY, JOINT BASE ELMENDORF-RICHARDSON (JBER), ALASKA (JBE047)

Agency:
Department of the Army

Official Address:
ATTN: CEPOA-CT
P. O. Box 6898 JBER AK 99506-6898

Zip Code:
99506-6898

Contact:
Ronald K Jackson, Contract Specialist, Phone 907 753-5596, Fax 907 753-2544, Email Ronald.K.Jackson@usace.army.mil тАУ Michelle R Mandel, Contracting Officer, Phone 907-753-2502, Fax 907-753-2544, Email Michelle.R.Mandel@usace.army.mil

Link:

Date Posted:
26/04/2018

Classification:
Y

Contract Description:
W911KB-18-S-JBE047

CONSTRUCT POL OPERATIONS FACILITY, JOINT BASE ELMENDORF-RICHARDSON (JBER), ALASKA (JBE047)

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:

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 specially designed fuels operations support facility of permanent, masonry or concrete type construction with concrete foundations and floors, and metal roof. The one-story structure will include mechanical and electrical equipment and a fire suppression system. Outside supporting facilities include adjacent vehicular parking canopies for R-11, R-12, and C-300s, privately-owned and government-owned vehicle parking, security fencing, sidewalks, exterior fire protection, outside lighting, access roads, and detached facility sign. Utility work includes relocating a communication line and undergrounding an overhead electric line to accommodate the facility siting. Anti-terrorism/force protection measures will be incorporated into the design including maximum feasible standoff distance from roads and parking areas. The facility will be compatible with applicable DoD, Air Force, and base design standards. An existing POL facility will be demolished after the new facility is completed. The estimated dollar magnitude of this project is anticipated between $5,000,000 and $10,000,000. The performance period will be approximately 540 calendar days.

THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.

The applicable North American Industry Classification System (NAICS) code is 236210. The small business size standard for this NAICS Code is $36.5 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 Friday, May 11, 2018, 2:00 PM AKDT, 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 and to Michelle.R.Mandel@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 and business size under NAICS 236210.
(2) If a small business, identify small business type (HUBZone, SDVOSB, 8(a), Woman Owned Small Business, etc.).
(3) Demonstration of the firmтАЩs 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 firmтАЩs 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 GovernmentтАЩs 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

 

Response Date:
051118

Sol Number:
W911KB-18-S-JBE047

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Get SAAS-Y This Summer with DCI

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy