Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOURCES SOUGHT

Y -- FTW 347 Railhead Operations Center Phase II

Notice Date
3/10/2009
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Corp of Engineers - Alaska, ATTN: CEPOA-CT, P. O. Box 6898, Elmendorf AFB, Alaska, 99506-6898
 
ZIP Code
99506-6898
 
Solicitation Number
W911KB-09-R-0022
 
Point of Contact
Kevin Maloy, Phone: 907-753-5594
 
E-Mail Address
kevin.j.maloy@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
A MARKET SURVEY is being conducted to determine the interest and capability of Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project: Construct a fully designed 6,000 SF Railhead Operations Center office complex at the terminal at Fort Wainwright, Alaska. Facilities include connection to an energy monitoring and control system (EMCS), building information systems and anti-terrorism/force protection (AT/FP) measures to include structural reinforcements and setbacks. Facility must meet LEED Silver. Construct loading/unloading ramps, hardstand for marshalling tactical vehicles, and container transfer pads. Supporting facilities include fire protection and alarm systems, paving, walks, parking, erosion control and storm drainage, site grading and contouring. Water, sewer, steam and condensate, and electric utilities will be constructed under the Fort Wainwright utilities privatization contract. Contract duration is 540 days and estimated cost range is between $10,000,000 and $25,000,000. NAICS is 236220. Size limitation is $33.5M. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should notify this office in writing by mail or email on or before 10 April 2009, 12:00 pm, Alaska Time. Responses should include: (1) Identification and verification that the company is certified by the Small Business Administration as a HUBZone or 8(a) contractor or self-certified as a Service Disabled Veteran Owned Business; (2) The level (dollar amount) of performance and payment bonding capacity that the company could attain for the proposed project; (3) Past Experience - Provide descriptions of projects substantially complete or completed within the last five years which are similar to this project in size, scope, and dollar value. With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project; (4) A statement of which portion of the work that will be self-performed and how it will be accomplished; (5) A statement of experience with design and construction in sub-arctic climates and (6) A statement of experience and capability to prepare a 3-dimensional design product for all principle design disciplines. Send responses to the U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, ATTN: CEPOA-CT-M (Kevin Maloy), Elmendorf AFB, Alaska 99506-0898 or email to kevin.j.maloy@usace.army.mil. This is NOT a request for proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5dad37eb95dc0c38dbb9dd3dd0d096d0&tab=core&_cview=1)
 
Place of Performance
Address: Ft. Wainwright, Ft Wainwright, Alaska, 99703, United States
Zip Code: 99703
 
Record
SN01765547-W 20090312/090310215127-5dad37eb95dc0c38dbb9dd3dd0d096d0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.