FTW428A - CRREL Permafrost Tunnel Operations Facility
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159572918670096 |
Posted Date: | Jan 17, 2023 |
Due Date: | Feb 10, 2023 |
Solicitation No: | W911KB23R0028 |
Source: | https://sam.gov/opp/a2d094288e... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-09:00) ANCHORAGE, ALASKA, USA
- Original Published Date: Jan 17, 2023 02:25 pm AKST
- Original Response Date: Feb 10, 2023 02:00 pm AKST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code:
-
NAICS Code:
- 532412 - Construction, Mining, and Forestry Machinery and Equipment Rental and Leasing
-
Place of Performance:
JBER , AK 99506USA
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.
The US Army Engineer District, Alaska is conducting market research to facilitate and determine an acquisition strategy for Project Title: FTW428A - CRREL Permafrost Tunnel Operations Facility. Location: Fort Wainwright, Alaska 99703. 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:
Project Title: FTW428A - CRREL Permafrost Tunnel Operations Facility
Location: Fort Wainwright, Alaska 99703
The selected contractor is required Construct an Arctic Permafrost Research Operations Facility (APROF) at the US Army Corps of Engineers (USACE) Engineering Research and Development Center, Cold Regions Research and Engineering Laboratory (ERDC-CRREL) Permafrost Tunnel Research Facility, located on a remote parcel of Fort Wainwright, located near Fox, Alaska
(Ft. Wainwright real property office). The new operations facility will include a laboratory with cold storage, garage work and maintenance space, office and meeting space and visitor briefing area.
Supporting facilities will include site development, utilities and connection, well/ pump house, fire water tank, information systems, paving, parking, walkways, drainage, etc.
Heating and air conditioning will be provided by self-contained systems. The facilities maximum square footage (sq. ft.) is 3,923 SQ. FT.. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 50 years, exceeding the minimum in DoD's Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. The project will include connection to a ground-source heat loop that will be installed by a separate project. The project site is in Fox, Alaska in a fenced area approx. 10 miles north of the Fort Wainwright installation. The site was previously a gold mining dredge site and is underlain by a layer of gravel tailings. Construction of the CRREL Permafrost Research Tunnel originally began in 1964 at this site. Additional sections of tunnel have been excavated in recent years to expand the research center.
Construct an Arctic Permafrost Research Facility (APRF)
Construct an Arctic Permafrost Research Facility (APRF) adjacent to the Cold
Regions Research and Engineering Laboratory (CRREL) Permafrost Tunnel at the
Alaska Projects Office, Ft. Wainwright, Fairbanks, Alaska. Construction would
include laboratories (both cold and dry), office and meeting space, connection
from the surface to the CRREL Permafrost Tunnel, and associated infrastructure
to include refrigeration to maintain permafrost conditions. Supporting facilities include site development, utilities and connection, information systems, paving, parking, walkways, drainage, etc. Heating and air conditioning will be provided by self-contained systems. Measures in accordance with the DoD Minimum Antiterrorism for Buildings standards will be incorporated. Access for individuals with disabilities will be provided.
THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.
The applicable North American Industry Classification System (NAICS) code is
532412. The small business size standard for this NAICS Code is $40.0 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 10 February 2023 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Patrick), PO Box 6898, JBER, AK 99506-0898 or via email to dorothy.patrick@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, point of contact, phone number, e-mail address, and business size under NAICS 532412.
(2) Offeror’s type of business and business size (whether large business, small business, HUBZone, Service-Disabled Veteran Owned Business, 8(a))
(3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past six (6) years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project, work that was self-performed, and customer satisfaction.
(4) Provide firm's single project, and aggregate bonding limit and information on the organizational and financial resources available to perform the required work.
(5) Offerors interest in proposing on the solicitation when issued.
(6) Offerors Joint Venture information, if applicable, existing and potential.
Responsible sources demonstrating relevant experience and the capabilities to perform the work will be considered. SAM.gov registration, 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.gov database will make an offeror ineligible for award. Information on SAM registration can be obtained via the Internet at https://www.sam.gov
- CONTRACTING OFFICE KO 2204 3RD STREET
- ANCHORAGE , AK 99506-0898
- USA
- Dorothy Patrick
- dorothy.patrick@usace.army.mil
- Phone Number 9077532894
- Theresa Afrank
- theresa.m.afrank@usace.army.mil
- Phone Number 9077532739
- Jan 17, 2023 02:25 pm AKSTSources Sought (Original)
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.