JBE088 JOINT INTEGRATED TEST AND TRAINING CENTER
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Oct 11, 2023 02:57 pm AKDT
- Original Response Date: Oct 26, 2023 02:00 pm AKDT
- Inactive Policy: Manual
- Original Inactive Date: Nov 30, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1BG - CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: JBER , AK 99506USA
Description
JOINT INTEGRATED TEST AND TRAINING CENTER (JITTC), JBER, ALASKA (JBE088)
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy for an FY24 Design Bid Build Construction Project. 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:
Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct the Joint Integrated Test and Training Center (JITTC). The JITTC Flight Simulator Training Facility (Category Code 171212) will be a 149,913-gross square-foot (GSF) two-story structure. Spaces include both secure and non-secure areas composed of various different space types such as simulator rooms, briefing rooms, mission operation centers, a central server room, an auditorium for 206 persons, administrative space, a security office, break rooms, and storage. Utilities include standard domestic and fire protection water, electrical (to include a new substation), sanitary sewer, and communications systems. Site improvements include earthwork, landscaping, and exterior lighting. Pavements include parking, sidewalks, and roadways.
The estimated dollar magnitude of this project is anticipated between $250,000,000 and $500,000,000. The anticipated completion time is 34 months.
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 $45 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 26 October 2023, 2:00 PM AK Time, by submitting all requested documentation via email to tammy.davis@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, CAGE Code or DUNS number, 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 and aggregate bonding capacity and information on the organizational and financial resources available to perform the required work.
5. Provide information on any teaming arrangement that may be formed for performance of this project.
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. 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://sam.gov/SAM/.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING OFFICE KO 2204 3RD STREET
- ANCHORAGE , AK 99506-0898
- USA
Primary Point of Contact
- Tammy Davis
- tammy.davis@usace.army.mil
Secondary Point of Contact
- THERESA AFRANK
- THERESA.M.AFRANK@USACE.ARMY.MIL
History
- Nov 30, 2023 07:55 pm AKSTSources Sought (Updated)
- Oct 12, 2023 09:38 am AKDTSources Sought (Updated)
- Oct 11, 2023 02:57 pm AKDTSources Sought (Original)