FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING, FORT WAINWRIGHT, AK
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: Feb 06, 2024 12:01 pm AKST
- Original Response Date: Mar 05, 2024 02:00 pm AKST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 20, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1FC - CONSTRUCTION OF TROOP HOUSING FACILITIES
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Fort Wainwright , AK 99703USA
Description
FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING, FORT WAINWRIGHT, AK
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 a FY26 Design Build Construction Project – solicitation in FY25. 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:
The contractor is required to have sufficient staff, flexibility, and capability for construction of this housing project on Fort Wainwright. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct a standard design Unaccompanied Enlisted Personnel Housing Facility to accommodate 320 soldiers. Primary facilities include living and sleeping quarters, bathroom, storage, service areas, a day room on each floor, two elevators, building information systems, fire protection and alarm systems, Mass Notification Systems, Intrusion Detection System, and Energy Monitoring Control Systems connection. Sustainability and energy measures are included. Deep excavation and special foundations will be required to mitigate damage from frozen soils and to mitigate potential seismic effects. Supporting facilities include site development, utilities (electric, water, sanitary sewer, steam) connections, lighting, paving, parking, sidewalks, curbs and gutters, storm water drainage, information systems, landscaping, outdoor basketball court, volleyball court, shelter, and signage. Heating and air conditioning will be provided. Heating will be provided by connection to the existing steam district heating system. Measures in accordance with the Department of Defense Minimum Antiterrorism for Buildings standards will be provided. Comprehensive building and furnishings related interior design services are required. Access for individuals with disabilities will be provided. Facilities will be designed to a minimum life of 40 years in accordance with the Department of Defense’s Unified Facilities Criteria (UFC 1-200-02) including energy efficiencies, building envelope and integrated building systems performance. Air Conditioning (Estimated 350 tons).
The estimated dollar magnitude of this project is anticipated between $100,000,000 and $250,000,000.
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 5 March 2024, 2:00 PM AKST, by submitting all requested documentation listed below 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, Unique Entity ID, 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.
(6) Indicate firm’s intent to submit a proposal on the subject acquisition when advertised.
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.
MARKET RESEARCH FOR INPUT REGARDING SUBCONTRACTING GOALS
All firms interested in providing input for subcontracting goals are encouraged to respond to this announcement by submitting all requested documentation listed below to tammy.davis@usace.army.mil.
--Small Business (SB) ____________%
--Small Disadvantaged Business (SDB) ____________%
--Women Owned Small Business (WOSB) ____________%
--HUBZone Small Business ____________%
--Veteran Owned Small Business ____________%
--Service-Disabled Veteran Owned Small Business (SDVOSB) ____________%
If you are small business, what percentage of work do you believe you would self-perform?
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
History
- Mar 20, 2024 07:55 pm AKDTSources Sought (Original)