The RFP Database
New business relationships start here

Construct 4-Bay F-35A Maintenance Hangar/Squad Ops/AMU, Eielson AFB, Alaska


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

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:

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 construct a 4-bay F-35A Maintenance Hangar/Squadron Operations/Aircraft Maintenance Unit (AMU) with reinforced concrete floor, walls, with ceiling, lightning and surge protection, and electrical grounding, with special foundations for arctic conditions. The facility must be able to withstand wind loads, seismic effects and arctic conditions as prescribed in applicable codes and design guides. The facility should be compatible with applicable DoD, Air Force and base design standards. Facilities will be design as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01, General Building Requirements and UFC 1-200-02, High Performance and Sustainable Building Requirements; this project will comply with DoD antiterrorism/force protection requirements per UFC 4-010-01. Other supporting facilities include utilities, site improvements, pavements, communications, environmental remediation, wetland remediation and archeological monitoring. The estimated dollar magnitude of this project is anticipated between $35,000,000 and $45,000,000. The performance period will be approximately 625 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 $36.5 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 02 May 2017, 2:00 PM AST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Kinnett), PO Box 6898, JBER, AK 99506-0898 or via email to kathy.j.kinnett@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 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 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://www.sam.gov/portal/public/SAM/.


Kathy Kinnett, Contract Specialist, Fax 907 753-2544, Email kathy.j.kinnett@usace.army.mil - Michelle Mandell, Contracting Officer, Email Michelle.R.Mandel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP