Search Contract Opportunities

Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Contract, Various locations, Alaska   4

ID: W911KB-24-R-0011 • Type: Solicitation • Match:  85%
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:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Nov. 15, 2024, 6:43 p.m. EST

THIS IS TO IDENTIFY THE SIX CONTRACTORS SELECTED TO MOVE ON TO PHASE 2 FOR THIS ACQUISITION. THE SIX CONTRACTORS ARE AS FOLLOWS:

Brice Solutions Inc

Bristol Prime Contractors LLC

Eklutna Construction and Maintenance

Orion Construction

Red Point Construction LLC

Weldin Construction LLC

Amendment has been posted on 3 OCT 2024 to extend proposal due date to 7 OCT 2024.

Amendment has been posted on 18 JUN 2024 to extend proposal due date to 9 JUL 2024.

The contract(s) are for a broad range of Sustainment, Restoration, Modernization (SRM) and other small
construction of various facilities and infrastructure on various military installations, as well as, at other locations in
Alaska and Wake Island. The contracts will be a Multiple Award Task Order Contract (MATOC) and will list a
variety of individual construction tasks. During the contract period, the U.S. Army Corps of Engineers (USACE)
will identify the scope of work required to complete each specific job, negotiate a price and performance time for
each job, and issue task orders to the MATOC contractor(s) to complete the work. The task orders may be
horizontal construction, vertical construction, sustainment, renovation and modernization of real property, or a
combination, and may be fully designed or Design-Build. The contractor will be required to furnish all materials,
equipment, and personnel necessary to manage and accomplish the job. The task orders will include a variety of
construction, infrastructure site improvements (such as fencing, roads, parking, airfield paving, and drainage), facility
repairs, incidental environmental work (including Hazardous Materials (HazMat), soil, and asbestos testing, removal,
disposal and containment), facility upgrades, and, system maintenance (such as Heat Ventilation Air-Conditioning
(HVAC), plumbing, electrical, wastewater treatment systems, elevators, building envelope, fire protection, Anti-
Terrorism Force Protection (AT/FP), demolition, electronic security systems), and may be fully designed (Design-
Bid-Build) or Design-Build.

Posted: Oct. 3, 2024, 8:19 p.m. EDT
Posted: June 18, 2024, 8:27 p.m. EDT
Posted: May 22, 2024, 8:26 p.m. EDT
Background
The contract(s) are for a broad range of Sustainment, Restoration, Modernization (SRM) and other small construction of various facilities and infrastructure on various military installations, as well as, at other locations in Alaska and Wake Island. The contracts will be a Multiple Award Task Order Contract (MATOC) and will list a variety of individual construction tasks. During the contract period, the U.S. Army Corps of Engineers (USACE) will identify the scope of work required to complete each specific job, negotiate a price and performance time for each job, and issue task orders to the MATOC contractor(s) to complete the work.

The task orders may be horizontal construction, vertical construction, sustainment, renovation and modernization of real property, or a combination, and may be fully designed or Design-Build. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. The task orders will include a variety of construction, infrastructure site improvements (such as fencing, roads, parking, airfield paving, and drainage), facility repairs, incidental environmental work (including Hazardous Materials (HazMat), soil, and asbestos testing, removal, disposal and containment), facility upgrades, and system maintenance (such as Heat Ventilation Air-Conditioning (HVAC), plumbing, electrical, wastewater treatment systems, elevators, building envelope, fire protection, Anti-Terrorism Force Protection (AT/FP), demolition, electronic security systems), and may be fully designed (Design-Bid-Build) or Design-Build.

Work Details
The work details include a broad range of construction tasks such as horizontal construction; vertical construction; sustainment; renovation; modernization of real property. It also encompasses infrastructure site improvements like fencing; roads; parking areas; airfield paving; drainage; facility repairs; incidental environmental work including Hazardous Materials (HazMat); soil testing; asbestos testing; removal; disposal; containment; facility upgrades; system maintenance such as HVAC systems; plumbing systems; electrical systems; wastewater treatment systems; elevators; building envelope; fire protection systems; Anti-Terrorism Force Protection (AT/FP); demolition activities; electronic security systems.

Place of Performance
Various military installations in Alaska and Wake Island.

Overview

Response Deadline
Oct. 7, 2024, 6:00 p.m. EDT (original: June 25, 2024, 6:00 p.m. EDT) Past Due
Posted
May 22, 2024, 8:26 p.m. EDT (updated: Nov. 15, 2024, 6:43 p.m. EST)
Set Aside
Small Business (SBA)
Place of Performance
Anchorage, AK United States
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
70% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/22/24 USACE Alaska District issued Solicitation W911KB-24-R-0011 for Sustainment, Restoration, Modernization (SRM) – Indefinite Delivery Contract, Various locations, Alaska due 10/7/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Z2QA.
Primary Contact
Name
Raven Donelson   Profile
Phone
(907) 753-5611

Secondary Contact

Name
THERESA AFRANK   Profile
Phone
(907) 753-2739

Documents

Posted documents for Solicitation W911KB-24-R-0011

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation W911KB-24-R-0011

IDV Awards

Indefinite delivery vehicles awarded through Solicitation W911KB-24-R-0011

Contract Awards

Prime contracts awarded through Solicitation W911KB-24-R-0011

Incumbent or Similar Awards

Contracts Similar to Solicitation W911KB-24-R-0011

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W911KB-24-R-0011

Similar Active Opportunities

Open contract opportunities similar to Solicitation W911KB-24-R-0011

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
Nov. 15, 2024
Last Updated By
theresa.m.afrank@usace.army.mil
Archive Date
Oct. 7, 2025