Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

FTW 347 Railhead Operations Center Phase II

Solicitation Number: W911KB-09-R-0022
Agency: Department of the Army
Office: U.S. Army Corps of Engineers
Location: US Army Corp of Engineers - Alaska
  • Print
:
W911KB-09-R-0022
:
Sources Sought
:
Added: Mar 10, 2009 6:19 pm

 


A MARKET SURVEY is being conducted to determine the interest and capability of Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed project:  Construct a fully designed 6,000 SF Railhead Operations Center office complex at the terminal at Fort Wainwright, Alaska.  Facilities include connection to an energy monitoring and control system (EMCS), building information systems and anti-terrorism/force protection (AT/FP) measures to include structural reinforcements and setbacks.  Facility must meet LEED Silver.  Construct loading/unloading ramps, hardstand for marshalling tactical vehicles, and container transfer pads.  Supporting facilities include fire protection and alarm systems, paving, walks, parking, erosion control and storm drainage, site grading and contouring.  Water, sewer, steam and condensate, and electric utilities will be constructed under the Fort Wainwright utilities privatization contract.


Contract duration is 540 days and estimated cost range is between $10,000,000 and $25,000,000.  NAICS is 236220. Size limitation is $33.5M. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should notify this office in writing by mail or email on or before 10 April 2009, 12:00 pm, Alaska Time.  Responses should include: (1) Identification and verification that the company is certified by the Small Business Administration as a HUBZone or 8(a) contractor or self-certified as a Service Disabled Veteran Owned Business; (2) The level (dollar amount) of performance and payment bonding capacity that the company could attain for the proposed project; (3) Past Experience - Provide descriptions of projects substantially complete or completed within the last five years which are similar to this project in size, scope, and dollar value.  With each project experience provided, include the date when the project was completed or will be complete, location of the project, contract amount and size of the project, the portion and percentage of work that was self performed, whether the project was design/build or not, and a description of how the experience relates to the proposed project; (4) A statement of which portion of the work that will be self-performed and how it will be accomplished; (5) A statement of experience with design and construction in sub-arctic climates and (6) A statement of experience and capability to prepare a 3-dimensional design product for all principle design disciplines.  Send responses to the U.S. Army Corps of Engineers, Alaska District, P.O. Box 6898, ATTN: CEPOA-CT-M (Kevin Maloy), Elmendorf AFB, Alaska 99506-0898 or email to kevin.j.maloy@usace.army.mil.  This is NOT a request for proposal and does not constitute any commitment by the Government.  Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions.  All interested sources must respond to future solicitation announcements separately from responses to this market survey.

:
ATTN: CEPOA-CT
P. O. Box 6898
Elmendorf AFB, Alaska 99506-6898
:
Ft. Wainwright
Ft Wainwright, Alaska 99703
United States
:
Kevin Maloy
Phone: 907-753-5594