MULTI-PURPOSE MACHINE GUN RANGE, FORT WAINWRIGHT, ALASKA (FTW405)

expired opportunity(Expired)
From: Federal Government(Federal)
W911KB-24-R-0008

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 28 Mar, 2024 (29 days ago)

Due Date

28 Mar, 2024 (29 days ago)
Bid Notification

Type

Bid Notification
W911KB-24-R-0008

Identifier

W911KB-24-R-0008
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEPT OF THE ARMY (133113)USACE (38130)POD (1587)W2SN ENDIST ALASKA (577)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

MULTI-PURPOSE MACHINE GUN RANGE, FORT WAINWRIGHT, ALASKA (FTW405)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 an FY25 Design Bid Build Construction Project. 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 upgrade an existing Multi-Purpose Machine Gun Range (MPMG) consisting of
a fully automated six lane MPMG to a ten lane MPMG to meet current requirements in accordance with Training Circulars (TC) 25-8, category code 17833. In addition, construct all facilities outlined in TC 25-8 for a standard Small Arms Range Operation and Control Area Facilities. Primary facilities are located within perimeter of the range complex and include automated targetry and instrumentation system, heated range control tower, heated operations/storage building-small, heated range classroom building, lighted and heated enclosed bleachers, 4 sided with one each 20ft wide roll-up door and exit door to seat 40 Soldiers, heated dry-vault field latrine, heated ammunition breakdown building, enclosed covered mess building, service roads, unit staging area, site improvements, associated range power and data transfer cabling. Heating and air conditioning is required for targetry equipment using a self-contained system. This project has been coordinated with the installation physical security plan and all required physical security measures are included. No anti-terrorist/force protection measures are required. The estimated dollar magnitude of this project is anticipated to be more than $10,000,000.00. The performance period will be approximately 600 calendar days.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 29 March 2024, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Mark Corn/Theresa Afrank), PO Box 6898, JBER, AK 99506-0898 or via email to mark.r.corn@usace.army.mil or theresa.m.afrank@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, CAGE Code or UEI number, 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. System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. 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 https://sam.gov/SAM/.

Fort Wainwright ,
 AK  99703  USALocation

Place Of Performance : N/A

Country : United StatesState : AlaskaCity : Fairbanks North Star

Office Address : CONTRACTING OFFICE KO 2204 3RD STREET ANCHORAGE , AK 99506-0898 USA

Country : United StatesState : AlaskaCity : Anchorage

Classification

naicsCode 236220Commercial and Institutional Building Construction
pscCode Y1JZCONSTRUCTION OF MISCELLANEOUS BUILDINGS