JBE095 (RENOVATION) INTEGRATED PREVENTION RESPONSE CO-LOCATION OFFICE

Agency: DEPT OF DEFENSE
State: Alaska
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Posted Date: Mar 29, 2024
Due Date: Apr 18, 2024
Solicitation No: W911KB25R0004
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
JBE095 (RENOVATION) INTEGRATED PREVENTION RESPONSE CO-LOCATION OFFICE
Active
Contract Opportunity
Notice ID
W911KB25R0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
POD
Office
W2SN ENDIST ALASKA
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-08:00) ANCHORAGE, ALASKA, USA
  • Updated Published Date: Mar 28, 2024 02:38 pm AKDT
  • Original Published Date: Mar 27, 2024 03:35 pm AKDT
  • Updated Response Date: Apr 18, 2024 02:00 pm AKDT
  • Original Response Date: Apr 18, 2024 02:00 pm AKDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 03, 2024
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Anchorage , AK 99501
    USA
Description View Changes

W911KB-25-R-0004 JBE095 (RENOVATION) INTEGRATED PREVENTION AND RESPONSE CO-LOCATION, JOINT BASE ELMENDORF RICHARDSON (JBER), ALASKA





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 (DBB) 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.





** This project has the potential to exceed $35M at time of award; therefore, Executive Order 14063, Use of Project Labor Agreements (PLA) for Federal Construction Projects and may be a solicitation and contract award submittal requirement. Please see the attached Special Notice for Market Research for Use of a Project Labor Agreement on Alaska District Corps of Engineers Project JBE095 (Renovation) Integration Prevention Response Co-Location Office, JBER, Alaska and answer questions 1-11 and submit your responses to mark.r.corn@usace.army.mil no later than 2:00pm AKST, 18 April 2024 along with your company's Capabilities Narrative.





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. The primary scope of this project will consist of a renovation of the Kenai Dining Facility on JBER, Alaska. The function of the facility will be to house the Integrated Prevention and Response Office (IPRO), with its current 24 Employees. The space requirement for the IPRO is ~15,000 SF. Within the IPRO there are several entities that will work and function out of the newly renovated and integrated facility. Entities and programs include the Integrated Resilience Office (IRO), Diversity, Equity, Inclusion & Accessibility (DEIA), Domestic Abuse Victim Advocate (DAVA), Religious Support Team (RST), Sexual Assault Prevention & Response (SAPR), True North (TN), Drug Demand Reduction Program (DDRP) and Victim’s Counsel (VC).





Specific design elements for this renovation will comply with DAFMAN 32-1084, applicable UFC and Code requirements. Some specific design features will include but not limited to full height floor to ceiling walls, dedicated office space, open office space, confidential document storage, consolidated conference rooms, consolidated break rooms, M/F toilets, waiting/flex room, private counseling rooms, training rooms, IT room and associated HVAC, circulation, and mechanical space.





The facility will be upgraded to meet the needs of the function for the facility. Electrical and Mechanical utility will be designed and upsized as necessary to meet the load required. All new HVAC work will be designed in accordance with UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings, including but not limited to Standards 16, 18, and 19. Repairs to the fire detection system will include all new Fire Alarm Control Panel (FACP), Fire Alarm Annunciation Panel (FAA), notification devices, and initiating devices. An entirely new fire suppression system will be installed to include fire protection water service entrance, fire riser, associated piping, and sprinkler heads for the entire facility. All work on the suppression and detection systems will comply with requirements in UFC 3-600-001 Fire Protection Engineering for Facilities, NFPA 70 National Electrical Code, NFPA 72 National Fire Alarm Code, NFPA 101 Life Safety Code, and any other regulation cited within the standards. All hazardous materials identified in the extensive building survey will be abated and disposed of in accordance with JBER environmental standards and O-Plan, as well as EPA disposal and handling regulations.





The estimated dollar magnitude of this project is anticipated to be more than $30,000,000.00. 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 18 April 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/.




Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE KO 2204 3RD STREET
  • ANCHORAGE , AK 99506-0898
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Requests for Proposals Design/Build ACAH Valdez Housing Project, #24-ACAH-002, Valdez The Alaska Corporation

Alaska Housing Finance Corporation

Bid Due: 5/10/2024

Save Share Facebook Twitter WhatsApp SMS Email Print Copy article link Details for

Fairbanks Daily News-Miner

Bid Due: 5/02/2024

Follow Market Survey - Anchorage Airport Traffic Control Tower (ANC ATCT) and Anchorage

TRANSPORTATION, DEPARTMENT OF

Bid Due: 5/10/2024

Invitation to Bid (ITB) - 2023 Kenai Municipal Airport Landscape Project Bid/RFP Status:

City of Kenai

Bid Due: 5/21/2024