The RFP Database
New business relationships start here

Design, Construction and Repairs to Utilidors and Related Systems, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Eielson AFB, and Various Installations, Alaska


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

Design, Construction and Repairs to Utilidors and Related Systems, Indefinite Delivery Indefinite Quantity (IDIQ) Contract, Eielson Air Force Base, and Various Military Installations, Alaska

Solicitation Number: W911KB-FY17-Utiltidor IDIQ

Response Date: 4 November 2016

Set Aside: Small Business

Classification Code: Y- Construction of structures and facilities

NAICS Code: 237110 -- Water and Sewer Line and Related Structures Construction

THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR SMALL BUSINESS ONLY. The U.S. Army Corps of Engineers (USACE), Alaska District 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. This USACE Alaska District market research is anticipated to identify businesses which have the capability to perform the jobs on the following proposed type of project(s):

The contract is for design, construction and repairs of the utilidor system on Eielson AFB and various other military installations, Alaska. The contract will be an indefinite-delivery contract (IDC) type and will list a variety of individual construction and repair tasks. During the contract ordering period, USACE Alaska District will identify the specific scope of construction/repair work required to complete each job, negotiate a price and performance time for each job, and issue task orders to the contractor to complete the work. The contractor will be required to furnish all materials, equipment, and personnel necessary to manage and accomplish the job. Individual jobs will vary in size, with majority not expected to exceed $15,000,000.00. The jobs will include a variety of design, construction, repair and replacement of sewer, water, steam, and steam condensate lines within existing utilidor structures or direct buried. Task orders may also include utilidor/manhole demolition, enlargement of specified existing manholes, asbestos abatement, and repair of cracks/leaks to utilidor structures (this is not an all inclusive list). It is anticipated to be awarded as a Multiple Award Task Order IDC (MATOC) with up to three (3) contracts awarded for a five (5) year ordering period. The total shared cumulative capacity between the MATOC awardees shall not exceed $48,000,000.00.

The applicable North American Industry Classification System (NAICS) code is 237110, Water and Sewer Line and Related Structures Construction, and the related small business size standard is $36.5 Million. THIS IS A SOURCES SOUGHT FOR QUALIFIED PRIME CONSTRUCTION FIRMS ONLY. All interested firms are encouraged to respond to this announcement no later than 4 November 2016, 2:00 PM Alaska Time, by submitting all requested documentation listed below to: USACE Alaska District, ATTN: CEPOA-CT-CM (Jason Williams or Ron Jackson), PO Box 6898, JBER, AK 99506-0898 or via email to ronald.k.jackson@usace.army.mil or jason.williams@usace.army.mil
Interested firms should submit a capabilities package (not exceeding 5 pages) demonstrating the ability to perform the work listed above. Packages should include the following information:
(1) Business name, address and business size under NAICS 237110.
(2) Identify the small business type (HUBZone, SDVOSB, 8(a), 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 construction projects completed and include project title and location, a brief description of the project to include if it was design build, 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. Registration at 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 offer ineligible for award. Information on the SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/.
Contracting Office Address:

ATTN: CEPOA-CT
P.O. Box 6898
JBER, Alaska 99506-0898

Place of Performance:
Eielson Air Force Base and Various Locations, Alaska


Primary Point of Contact:
RON JACKSON
Contract Specialist
Email: ronald.k.jackson@usace.army.mil
Phone: 907-753-5596
Fax: 907-753-2544


Secondary Point of Contact:
JASON WILLIAMS
Contract Specialist
Email: jason.williams@usace.army.mil
Phone: 907-753-2676
Fax: 907-753-2544


Ronald K. Jackson, Contract Specialist, Phone 907-753-5596, Fax 907-753-2544, Email ronald.k.jackson@usace.army.mil - Jason A. Williams, Contract Specialist, Phone 907-753-2676, Fax 907-753-2544, Email Jason.Williams@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP