Search Contract Opportunities

CLR049 84 Person Dormitory   5

ID: W911KB22R0016 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Loading

Description

DESIGN BUILD 84 PERSON DORMITORY, CLEAR SFS, ALASKA (CLR049)

THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy. 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:

Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to design and construct an 84 person, three story dormitory consisting of a reinforced concrete foundation with slab on grade, and a standing seam metal roof. Construct a severe-weather passageway from the new dormitory to current dormitories at a central location. Construct site improvements to adequately support a campus site development that includes roadway, re-routed power, and communications duct bank system, POV parking with head bolt outlets, sidewalks, courtyard, relocated athletic fields/courts, relocated MWR yard and landscaping. Construct heating system sized to meet facility heating, domestic water heating, and ventilation heating loads for the facility. Construct connection to the existing installation steam distribution system with associated piping and equipment sized to satisfy heating loads of the dormitory. Provide hydronic boiler as redundant heating source for backup of existing steam source. Upgrade 138kV substation with redundant step-down transformer, air switches, circuit breaker, connecting to existing switchgear. Install new feeder conductors in existing spare conduit from primary substation switching station to Composite Area to establish loop-feed. Install buried electrical service with pad mounted transformer and backup diesel generator for the dormitory. Install buried fiber optic communication service from base service to the dorm service connection point. Provide a standby generator to power the dormitory during power outages, and to provide backup power for the electric fire pump. Construct new buried concrete utilidors to support potable water, steam, and condensate piping service to the new dormitory. Construct sanitary waste connection and a lift station. Connect to the existing sewage system. Provide fire protection water service to the new dormitory facility through new well, fire pump, and fire hydrants. Minimum AT/FP measures required by current Department of Defense Minimum Standards will include, laminated glass, site landscaping, standoff distances, mass notification system, exterior illumination, and emergency air distribution shutoff. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Cyber Security Measures will be incorporated into this project. Sustainability/Energy measures will be provided. This project will be executed as a Design-Build. The estimated dollar magnitude of this project is anticipated to be between $55,000,000 and $68,000,000.

THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION SHALL BE PROVIDED FOR RESPONSE PREPARATION OR FOLLOW UP REQUESTS.

The applicable North American Industry Classification System (NAICS) code is 236220. The small business size standard for this NAICS Code is $39.5 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 1 November 2021, 2:00 PM AST, by submitting all requested documentation listed below via email to ronald.k.jackson@usace.army.mil and theresa.m.afrank@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, DUNS number, address, 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 bonding limit and information on the organizational and financial resources available to perform the required work.

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 at the time an offer is submitted. 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://www.sam.gov/portal/public/SAM/.

Overview

Response Deadline
Nov. 1, 2021, 6:00 p.m. EDT Past Due
Posted
Oct. 15, 2021, 1:35 p.m. EDT
Set Aside
None
Place of Performance
Clear, AK 99704 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
35%
On 10/15/21 USACE Alaska District issued Sources Sought W911KB22R0016 for CLR049 84 Person Dormitory due 11/1/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1FC.
Primary Contact
Name
Ronald K. Jackson   Profile
Phone
(907) 753-5596
Fax
(907) 753-2544

Secondary Contact

Name
Theresa M Afrank   Profile
Phone
(907) 753-2739
Fax
9077532544

Documents

Posted documents for Sources Sought W911KB22R0016

Opportunity Assistant

Opportunity Lifecycle

Procurement notices related to Sources Sought W911KB22R0016

Award Notifications

Agency published notification of awards for Sources Sought W911KB22R0016

Contract Awards

Prime contracts awarded through Sources Sought W911KB22R0016

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911KB22R0016

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911KB22R0016

Experts for CLR049 84 Person Dormitory

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > W2SN ENDIST ALASKA
FPDS Organization Code
2100-W911KB
Source Organization Code
100513801
Last Updated
Oct. 15, 2021
Last Updated By
ronald.k.jackson@usace.army.mil
Archive Date
Nov. 16, 2021