Maintenance Support Facility (MSF), Fort Greely, Alaska – Integrated Design & Construction (IDaC) (FTG251)
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: Presolicitation (Original)
- Original Published Date: May 08, 2023 03:57 pm AKDT
- Original Response Date: May 23, 2023 02:00 pm AKDT
- Inactive Policy: Manual
- Original Inactive Date: May 23, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1EB - CONSTRUCTION OF MAINTENANCE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Fort Greely , AK 99731USA
Description
This is a pre-solicitation notice for a full and open Request for Proposal (RFP) for FTG251, Maintenance Support Facility (MSF), Integrated Design and Construction (IDaC) project at Fort Greely, Alaska. The project requires the contractor to have sufficient staff, flexibility, and capability to be available on as as-needed basis. Contractors will be required to provide all management tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to provide preconstruction services and construct a ~60,000 square for Maintenance Support Facility (MSF), located on the Missile Defense Complex, to provide warehouse, maintenance shops, management support areas, building maintenance/support areas (janitorial, etc.), and vehicle storage space to provide recurring maintenance for the weapon system and be postured to quickly respond to mission essential weapons system failures. The facility will include typical commercial building design to include electrical medium voltage and low voltage distribution, HVAC and ventilation systems, lightning protection and equipment grounding, fire protection (alarm, reporting and suppression), potable and fire water, storm drainage, sanitary sewer and inside plant and outside plant communications systems. The initial target cost, exclusive of fees and profit for this procurement is $60,000,00. The Period of Performance for preconstruction services will be approximately 400 calendar days; the performance period for the construction option will be approximately 977 calendar days (which includes pre-construction services and construction, if exercised). The resulting contract will be Firm Fixed Price (FFP). The procurement will be conducted using source selection procedures and the award will be based on best value tradeoff source selection procedures, considering the price and non-price factors, which will be cited in the solicitation. There is no stipend authorized for this procurement. All Offerors are advised that this project may be canceled or revised at any time during solicitation, selection, evaluation, negotiation, and up to final award. All Offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint ventures must be registered in SAM as the joint venture. Offerors are advised to being their registration process registration process when they prepare their proposal to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award.
NAICS Code of Acquisition: 236220. The small business size standards for this NAICS Code is $45.0 Million.
Anticipated NTP: 28 August 2023, with a 1377 calendar day period of performance; the Construction Wage Determination does apply.
OBTAINING THE SOLICITATION: The solicitation for this project will be provided in electronic format only and is currently scheduled to be available for download on or about 24 May 2023, at the SAM website at https://sam.gov/content/opportunities. Enter the solicitation number (W911KB23R0026) in the “Keywords/SOL#:” dialogue box. Any future amendments to the solicitation will also be available for download from this website. All responsible sources may submit an offer which will be considered by the agency. All notifications of changes to this solicitation shall be made through the internet only. It is the Offeror’s responsibility to check for any posted changes to this solicitation. NOTE: Electronic proposal submissions will only be accepted via the PIEE Solicitation Module website at:https://piee.eb.mil/sol/xhtml/unauth/index.xhtml. Search via Solicitation Number Search W911KB23R0026. Additional information concerning PIEE can be found at:https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING OFFICE KO 2204 3RD STREET
- ANCHORAGE , AK 99506-0898
- USA
Primary Point of Contact
- Michelle Nelsen
- michelle.nelsen@usace.army.mil
- Phone Number 9077532527
Secondary Point of Contact
- Theresa Afrank
- theresa.m.afrank@usace.army.mil
- Phone Number 9077532739
History
- May 23, 2024 07:55 pm AKDTPresolicitation (Original)
- Jan 20, 2024 07:55 pm AKSTSources Sought (Original)