FTW475 REPAIR FRONT COVERS B4028 AND B4029, FORT WAINWRIGHT, ALASKA
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 FY25 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 reconstruct the main POV lanes and construct a new overhead heavy-timber cover structure at Gaffney Gate on Fort Wainwright. The estimated dollar magnitude of this project is anticipated between $5,000,000.00 and $8,000,000.00. The performance period will be approximately 450 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 21 August 2024, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Corn), PO Box 6898, JBER, AK 99506-0898 or via email to mark.r.corn@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/.