Alaska Bids > Bid Detail

Fuels Management and Lab Facility, Eielson AFB, Alaska (EIE439)

Agency:
Level of Government: Federal
Category:
  • F - Natural Resources and Conservation Services
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159669768431794
Posted Date: Dec 8, 2023
Due Date: Dec 22, 2023
Source: https://sam.gov/opp/07537d501a...
Follow
Fuels Management and Lab Facility, Eielson AFB, Alaska (EIE439)
Active
Contract Opportunity
Notice ID
W911KB24R0028
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2023 06:08 pm EST
  • Original Response Date: Dec 22, 2023 02:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Eielson AFB , AK 99702
    USA
Description

FUELS MANAGEMENT AND LAB FACILITY, EIELSON AFB, ALASKA (EIE439)





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 Bid 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 Replace the existing Fuels Management and Laboratory Facility (B3242). Demolish the existing facility, B3242 (1,615 SF). Construct a new 4,014 SF facility, complete with laboratory, ready room for fuel operations, administrative offices, fuels control center, restrooms and locker rooms, conference/classroom, operations maintenance room, emergency eye wash & shower, and bulk storage room. Construction of the building shall consist of steel frame with split-face masonry exterior walls and a pitched metal roof. The foundation shall meet relevant arctic and seismic requirements, and all necessary site and utilities work is included. It shall include arctic design components including additional thickness in exterior walls, arctic vestibules, and covered entrances.





Anti-terrorism (AT/FP), cyber-security and physical security, will be incorporated into the design and construction.





Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with UFC 1-200-01. The estimated dollar magnitude of this project is anticipated at between $10,000,000 and $14,000,000. The performance period will be approximately 986 calendar days.





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





The applicable North American Industry Classification System (NAICS) code is 236220. 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 December 2023, 2:00 PM AKST, by submitting all requested documentation listed below to: Dr. Yolanda M Ikner, via email to yolanda.m.ikner@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 236220.



(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.







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 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/.




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 07, 2023 06:08 pm ESTSources 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.

Start Free Trial Today >