NOTICE:
The Regional Contracting Office Alaska (RCO-AK) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and the resources available to support this requirement to acquire real property repair, provide maintenance and minor construction for Army installations under the jurisdiction of the Directorate of Public Works Alaska (DPW-AK), in the State of Alaska. The result of this market research will contribute to determining the method of procurement. The proposed North American Industry Classification System (NAICS) code assigned to this procurement is 236220, Commercial and Institutional Building Construction and Management, with a corresponding Size Standard of $45M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in NAICS code 236220.
The result of this market research will contribute to determining the method of procurement, if a requirement materializes. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.
DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
PROGRAM DETAILS:
The Multiple Award Task Order Contract (MATOC) to acquire real property repair, maintenance and minor construction for DPW Alaska, in the State of Alaska is intended to be a Firm-Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) 5-year contract (a one-year base ordering period and 4 one-year optional ordering periods). The Government would like to make a multiple award contract. The work will consist of multiple disciplines in construction such as maintenance, repair and alteration of real property, as well as minor new construction of facilities supported primarily by the Army installations under the jurisdiction of DPW Alaska, in the State of Alaska.
During the life of the contract, projects will be solicited as separate task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC solicitation.
The contractor shall furnish all equipment, tools, supervision, labor, material, quality control, and other items necessary to safely manage, and accomplish a broad range of repair, modification, and construction tasks on various real property facilities. Tasks include selection, fabrication, installation, modification, and test on various facilities and interfacing equipment. Tasks involve a variety of disciplines such as demolition, utilities, excavation, structures, electrical, mechanical, architectural, fire protection and other specialty and general construction work.
Twenty-One (21) sites are listed below:
Site 1: Fairbanks Experimental Test Site
Site 2: Fairbanks Permafrost Research Station
Site 3: Fort Wainwright Main Post
Site 4: Dyke Range Impact Area
Site 5: Tanana Flats Training Area
Site 6: Yukon Training Area
Site 7: Eielson Air Force Base
Site 8: Donnely Training Area
Site 9: Bolio Lakes Complex
Site 10: Fort Greely
Site 11: Gerstle River Training Area
Site 12: Black Rapids Training Area
Site 13: Whistler Creek Training Area
Site 14: Tok Junction
Site 15: Sears Creek Pump Station
Site 16: Seward Recreation Area
Site 17: Haines Terminal
Sites 18-20: Pacific Air Defense Sector (PADS)
Site 21: Wake Island
CAPABILITIES STATEMENT:
If your organization has the potential capacity to perform these contract services, please provide the following information:
- Organization name, company address, Web site address, Point of Contact Name, email address, telephone number, Data Universal Numbering System (DUNS) number and Commercial and Government Entity (CAGE) Code;
- Socio-Economic Business Status (Large Business or Type of Small Business) and size [e.g., 8(a) [including graduation date], HUBZone[1]certified small business, Service-Disabled Veteran Owned small business, Woman Owned Small Business concern, small business, large business, based on NAICS code 236220];
- Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];
- Summary of familiarity of construction climate for projects in the State of Alaska.
- Bonding capability on individual projects and aggregate requirements with the ability to obtain bonding and perform on several task orders concurrently; and
- Being able to perform 15% of the work with its own workforce on multiple task orders concurrently
RESPONSE INFORMATION:
Interested and qualified sources are highly encouraged to provide all information requested above. At this time, the 413th Contracting Support Brigade (CSB) Regional Contracting Office (RCO) Alaksa is only interested in responses from prime contractors with similar project experience with the ability of having bonding capability.
Responses may be submitted in PDF or Microsoft Word Format. Information is limited to 5 single-sided 8.5 x 11-inch pages. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by May 17, 2025.
Please note it is required that interested contractors are registered in System for Award Management (SAM) to be eligible for award. Please see www.SAM.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered.
Responses shall be submitted electronically in PDF or Microsoft Word Format to Christopher Taylor at christopher.e.taylor30.civ@army.mil and Kari Akamine at kari.k.akamine.civ@army.mil by May 17, 2025 at 2:00 p.m. Hawaii Standard Time.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.