Air Traffic Control Tower, U.S. Army Kwajalein Atoll (USAKA), Republic of the Marshall Islands
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: Nov 01, 2021 12:19 pm HST
- Original Response Date: Nov 12, 2021 02:00 pm HST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Nov 27, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1BA - CONSTRUCTION OF AIR TRAFFIC CONTROL TOWERS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: MHL
Description
This announcement constitute a Sources Sought Synopsis (market survey). This announcement is for information and planning purposes only and is not to be constructed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.
The U.S. Army Corps of Engineers, Honolulu District, requests letters of interest from PRIME CONTRACTORS interested in performing work on a potential design-bid-build construction for the Air Traffic Control Tower, U.S. Army Kwajalein Atoll (USAKA), Republic of the Marshall Islands.
Project Description:
Air Traffic Control Tower, U.S. Army Kwajalein Atoll (USAKA), Republic of the Marshall Islands.
Air Traffic Control Tower and Terminal on Kwajalein Island, Kwajalein Atoll, Republic of the Marshall Islands, with Airfield operations building with passenger terminal and aviation unit operations building, flight control tower, a general purpose warehouse, storage shed, and redundant power generator enclosure. Project includes electronic security system (ESS) installation, intrusion detection system (IDS) and energy monitoring control system (EMCS) connection, and closed circuit television installation. Cyber security measures, Sustainability and energy enhancement measures, Antiterrorism measures and Building information systems are included. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs and gutters, storm drainage, information systems, landscaping, and signage. Air conditioning will be provided via self-contained system. Measures in accordance with the Department of Defense (DoD) Antiterrorism for Buildings will be provided. Comprehensive building and furnishings related interior design services are required.
Project Magnitude is estimated between $25M - $100M.
Interested PRIME CONTRACTORS shall submit the following:
1. Your intent to submit a proposal for this project when it is formally advertised.
2. Name of firm with address, phone, and point of contact.
3. DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov
4. Size of Firm (Large or Small), to include category of small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Business (WOSB).
5. Bonding capability for single contract action in the magnitude of this project/
6. Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length.
7. In addition to Statement of Capability, provide answers specifically to the following questions:
a. In addition to Statement of Capability, provide answers specifically to the following questions:Has your company performed Air Traffic Control construction?
i. As a prime contractor?
ii. As a subcontractor?
iii. For a commercial airport? Name of Airport(s)?
iv. For a military base? Name of base(s)?
b. Has your company ever:
i. Performed construction in remote location, such as Kwajalein Atoll?
ii. Performed any projects with the US Army Corps of Engineers?
Responses to this sources sought announcement will be used by Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method acquisition.
Place of Contract Performance:
Kwajalein Island, U.S. Army Kwajalein Atoll, Marshall Islands
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION ZH BLDG 230 ATTN CEPOH CT
- FORT SHAFTER , HI 96858-5440
- USA
Primary Point of Contact
- Merbby Joyce Nicolas
- merbbyjoyce.n.nicolas@usace.army.mil
- Phone Number 8088354381
Secondary Point of Contact
- Tracy Tenholder
- Tracy.N.Tenholder@usace.army.mil
- Phone Number 8088354382
History
- Nov 27, 2021 06:56 pm HSTSources Sought (Original)
- Nov 15, 2021 03:53 pm HSTPresolicitation (Original)