Skip to main content

An official website of the United States government

You have 2 new alerts

FTG257 MF2 Power Redundancy

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 (Updated)
  • Updated Published Date: Oct 08, 2024 08:06 am AKDT
  • Original Published Date: Oct 02, 2024 08:47 am AKDT
  • Updated Response Date: Oct 16, 2024 02:00 pm AKDT
  • Original Response Date: Oct 16, 2024 02:00 pm AKDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 31, 2024
  • Original Inactive Date: Oct 31, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1BF - CONSTRUCTION OF MISSILE SYSTEM FACILITIES
  • NAICS Code:
    • 237130 - Power and Communication Line and Related Structures Construction
  • Place of Performance:
    Fort Greely , AK
    USA

Description

Project Name: FTG257 Missile Field 2 Power Redundancy

Notice ID: W911KB25R0019

THIS IS A SOURCES SOUGHT NOTICE ONLY. PROPOSALS AND BIDS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A PRE-SOLICITATION.

The Alaska District of the U.S. Army Corps of Engineers is conducting market research to facilitate a determination of acquisition strategy prior to releasing a solicitation for this anticipated project. The determination of acquisition strategy lies solely with the Government and will be based on market research and information available to the Government from other sources. Please note that this Sources Sought is for information only and does not constitute a solicitation for competitive proposals/bids and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirement are invited to submit information describing their capability to provide the required services.

The intent of this Sources Sought is to solicit interest from qualified firms with a primary North American Industrial Classification System (NAICS) code of 237130, Power and communication line and related structures construction which has a size standard of $45.0 million for a potential acquisition. The magnitude of this project is between $5M and $10M.

DESCRIPTION OF WORK: The purpose of the project is to provide electrical power redundancy to the Missile Field 2 silo interface vaults by adding Automatic Transfer Switches and Main Lug Only distribution panels with Molded Case Circuit Breakers.  The SUS A & B switchgear will be physically separated, have enhanced coordination/protection features incorporated, and will be converted from a Main-Tie-Main to a Main-Tie-Tie-Main configuration.  Additionally, the Power Control and Monitoring System (PCMS) and Power Quality Monitoring System (PQMS) will be extended to Missile Field 2.

THIS IS A SOURCES SOUGHT OPEN TO ALL QUALIFIED PRIME CONTRACTOR FIRMS (Large and Small Businesses under NAICS 237130). All interested firms are encouraged to respond to this announcement no later than October 16 2024, by 2:00 PM Alaska Standard Time, by submitting all requested documentation listed below via email to Brittney.morrison@usace.army.mil and michelle.nelsen@usace.army.mil.

Interested prime contractor firms are encouraged to submit a capabilities package (not exceeding 5 pages) demonstrating their ability to perform the work described above. Packages should include the following information regarding their company:

1. Company Name, Address, UEI Number, Cage Code, Business Size under the applicable NAICS above, and Point of Contact information including email and phone number.

2. Large or Small Business status under the applicable NAICS above, and type of small business (8a, HUBZone, Service-Disabled Veteran-Owned, Women-Owned, etc.)

3. Firm’s single project bonding capability/limit.

4. Demonstration of the firm’s experience as a prime contractor on projects of similar size, type, and complexity with the past ten years. List actual projects completed and include project title, location, and a brief description of the project including dollar amount, and work that was self-performed.

5. Your company’s intent to bid/propose on this project as a prime contractor.

Interested parties are invited to submit a response to this Sources Sought by the response time stated above. Please submit all documentation by email in PDF format. Responses received after this time and date may not be reviewed.

Contact Information

Contracting Office Address

  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA

Primary Point of Contact

Secondary Point of Contact

History