Alaska Bids > Bid Detail

SOURCES SOUGHT: THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY!

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
  • 70 - General Purpose Information Technology Equipment (including software).
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159747096491690
Posted Date: Mar 4, 2023
Due Date: Mar 17, 2023
Solicitation No: FA500023B0003
Source: https://sam.gov/opp/cc8dc022ff...
Follow
SOURCES SOUGHT: THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION AND PLANNING PURPOSES ONLY!
Active
Contract Opportunity
Notice ID
FA500023B0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
PACAF
Office
FA5000 673 CONS LGC
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 03, 2023 07:40 pm EST
  • Original Response Date: Mar 17, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    JBER , AK 99506
    USA
Description

This notice does not constitute a commitment by the Government.



All information submitted in response to this announcement is voluntary. The Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided the Government.



673d Contracting Squadron Elmendorf-Richardson (JBER), Alaska is conducting market research to identify potential sources to perform deconstruction/demolition services.



The Government request interested parties submit a brief of their company’s capabilities in providing deconstruction/demolition services. The Government is interested in any size business that can meet this requirement. The information received will be used to determine whether to set-aside the acquisition.



Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database: www.sam.gov.



The north American Industry Classification Systems (NAICS) 238910, Site Preparation Contractors, is applicable to this requirement. The size standard for NAICS is $41,500,000.00.



The Identification Number for this notice is FA500023B0003 and shall be used to reference any written responses to this source sought notice.



Requirement: Deconstruct Unaccompanied Housing Buildings: 455,456, 457, and 458



Provide all labor, materials, and equipment necessary to complete the work for the demolition, removal, and/or disposal of four separate, three-story, wood-framed buildings, in accordance with the PWS, the attached specification and drawings. The contractor shall comply with all applicable Federal, state, and Local regulations. See attached drawings for approximate dimensions and locations. Contractors shall not rely on drawings provide by the Government and are responsible for field verifying all measurements and locations of utilities to be demolished prior to work start.



Existing utilities infrastructure for these facilities are owned by Doyon Utilities, LLC (DU). DU will locate and disconnect utilities. The contractor will coordinate with DU for the proper disconnect and removal of utilities prior to demolition of the buildings.



All work under this project will be performed on Buildings 455, 156, 457, and 458 located on JBER Access Road.



Attachments:



Attachment 1 Draft Performance Work statement (PWS)



Attachment 2 Drawings



Attachment 3 Market Research RFI Survey



Responses maybe submitted electronically to the following e-mail addresses: justin.scales@us.af.mil and shirley.rush.1@us.af.mil. Telephone responses will not be accepted.



RESPONSES ARE DUE NO LATER THAN 17 March 2023 at 4 PM


Attachments/Links
Attachments
file uploads

Contact Information
Contracting Office Address
  • CP 907 552 5614 10480 SIJAN AVE STE 242
  • JBER , AK 99506-2501
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 03, 2023 07:40 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 >