Inactive
Notice ID:W911KB_POH004_CAB_Pavements
Combat Aviation Brigade Complex Pavements, Wheeler Army Airfield, Hawaii (POH004) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to fac...
Combat Aviation Brigade Complex Pavements, Wheeler Army Airfield, Hawaii (POH004) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The US Army Engineer District, Alaska is conducting market research to facilitate a determination of acquisition strategy. 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 selected contractor is required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary to construct CAB Complex Pavements on Wheeler Army Airfield, Hawaii. The work shall be in accordance with Request for Proposal documents. Construction will consist of a rotary wing aircraft parking apron, fixed wing parallel taxiway, perpendicular taxiway, helipads and reduce the width of the existing runway at wheeler army airfield to support 2-6 cavalry squadron, 2-25 aviation battalion and 209th aviation support battalion. The project should be compatible with applicable DoD, Army, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. Pavements will be designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC 1-200-01 and UFC 1-200-02). This project will comply with DoD antiterrorism/force protection requirements per UFC 4-010=01. The estimated dollar magnitude of this project is anticipated between $40,000,000 and $50,000,000. An anticipated completion date of 365 days after contract award. A solicitation is anticipated to be posted in 180 days. THIS IS A SOURCE SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL. The small business size standard for this NAICS Code is $39.5 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 18 September 2019, 2:00 PM AKDT, by submitting a CD containing all of the requested documentation in a PDF to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Jackson), PO Box 6898, JBER, AK 99506-0898 or via email to ronald.k.jackson@usace.army.mil. Interested firms should submit a capabilities package (not exceeding 5 pages, font size 11 in Times New Roman font) demonstrating the ability to perform work listed above. Packages should include the following information: 1) Business name, address and business size under NAICS 237310. 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 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. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. If already registered in SAM, please provide your DUNS/CAGE code. Prospective Contractors must be registered prior to award. 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 http://www.sam.gov.