The RFP Database
New business relationships start here

CONSTRUCT ALASKA (AK) UNITED STATES PROPERTY AND FISCAL OFFICE (USP&FO) BUILDING SOURCES SOUGHT


Alaska, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Sources Sought Amendment dated 24 October 2018 EXTENDS RESPONSE DATE TO 30 OCTOBER 2018.  Changes are shown in bold and underlined text.

Sources Sought Amendment dated 18 October 2018 extends response date to 25 October 2018 and adds anticipated award information.  Changes are shown in bold and underlined text.

Synopsis: CONSTRUCT ALASKA (AK) UNITED STATES PROPERTY AND FISCAL OFFICE (USP&FO) BUILDING SOURCES SOUGHT.


The purpose of this synopsis is to gain knowledge of potential sources for this project including interested Small Business sources. This notice is for planning purposes only. All interested parties should respond by filling out the Sources Sought Information Request Form attached to this announcement. United States Property and Fiscal Office for Alaska, Purchasing and Contracting (NGAK-PFO-P) may issue a solicitation and award of a contract to construct a new USP&FO Building located at Joint Base Elmendorf Richardson (JBER)-Richardson, Alaska. The magnitude of this project is between $10,000,000 and $25,000,000.


PROJECT INFORMATION: The facility will support all administrative, warehouse and central issue facility (CIF) functions provided by the United States Property and Fiscal Office (USP&FO). To meet its operational goals, the USP&FO will provide administration offices, the warehouse and CIF which will include functional space allowances for; tool and supply/parts rooms to include associated loading dock; battery room; small arms vault; bulky equipment storage; administrative/office areas; classrooms; locker/toilet/shower rooms; break room; IT support spaces; and required mechanical/electrical areas in a building area of approximately 40,000 SF. It may also include, but not be necessarily limited to, associated supporting facilities such as enclosed unheated storage; controlled waste handling storage; flammable material storage; refuse collection facility; military vehicle (MV) and privately owned vehicle (POV) parking; access roads and curbing; service access aprons; sidewalks; loading ramp; security lighting and fencing; site and building AT/FP measures; utilities to include standby emergency generator; water drainage and management measures; sediment and erosion control measures to be implemented during construction; and landscaping. The following "Brand Name" items are included in the design: Elks M1 Gold, Lenel access control, and Bosch CCTV as components for the Intrusion Detection System (IDS) as provided by Elks, Lenel and Bosch authorized dealers; Siemens Direct Digital Control (DDC) as provided by Siemens authorized dealers; and Best Lock as provided by Best authorized dealers. The project has been designed, and will be constructed to achieve at least a LEED Silver rating under the Building Design and Construction Rating System, Version 4, fully certified through the USGBC.

An award of the construction services contract is anticipated between February - April 2019. The estimated construction duration is approximately 18 months after issuance of the notice to proceed. The North American Industry Classification System (NAICS) code for this procurement is 236220. The Small Business Size Standard is $36.5 million.


Your attention is directed to FAR clause 52.219-14(c)(3) LIMITATIONS ON SUBCONTRACTING which states, "By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for General construction, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees" applies to this project if set aside for small business.


All interested concerns will provide this office, in writing, a notice stating their positive intention to submit a bid as a prime contractor no later than 25 October 2018 at 12:00 PM Alaska Standard Time. This notification, which shall not exceed five (5) single sided typewritten pages, must include 1) a positive statement of intent to bid as a prime contractor and 2) a completed and signed Sources Sought Information Request Form and 3) a listing of projects completed within the last three (3) years completed for Federal, State, Local and private commercial industry clients and 4) a brief outline of resources, subcontractors, and key personnel that would be used to accomplish the project.


Include the following information for each project listed: the type of project, the total dollar value, the contract number, the location of performance, and the point of contact for owner/client. Indicate if your firm was a prime or subcontractor during performance of the listed project, and if your firm was a subcontractor provide the name and point of contact information for the prime contract holder.


In the event that adequate and qualified small business contractors are not available for adequate competition of this project, it may be advertised unrestricted.


Completed information shall be sent electronically to Virginia Trezise-Harman virginia.m.trezise-harman.civ@mail.mil and Sandra Kenzie sandra.m.kenzie.civ@mail.mil. Email subject line shall be titled - SOURCES SOUGHT 020143 CONSTRUCT AK USP&FO BUILDING. No hand delivered or facsimile responses will be accepted.


Virginia M. Trezise-Harman, Contract Specialist, Phone 907-428-6188, Email virginia.m.trezise-harman.civ@mail.mil - Sandra M. Kenzie, Contract Officer, Phone 5862395375, Email sandra.m.kenzie.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP