140FC324R0012 – Sources Sought – Y–AK OFF OF REFUGE LAW ENFORCEMENT

Apr 18, 2024 | Sources Sought

This is a Sources Sought Notice for the purposes of conducting market research and obtaining industry information ONLY. This is NOT a request for proposal, quotation, or bid, nor a synopsis of a proposed action under FAR Subpart 5.2. No reimbursement will be made for any costs associated for providing information in response to this synopsis or on any follow up information. No solicitation is currently available. The U.S. Fish & Wildlife Service (USFWS) will use information obtained through this synopsis as well as other market research to develop an acquisition strategy.
Summary:
The USFWS is anticipating the solicitation and award of one firm fixed price construction contract to construct a cold storage building in Anchorage, Alaska. The work under this contract is expected to include but is not limited to the following:
This project will consist of providing construction with ancillary design of a new 4 bay cold storage facility with electric service and concrete floor. One bay needs to be fitted with a 12¿x12¿ lockable steel door. The three other bays need to be fitted with 10¿(minimum) x 10¿ (minimum) lockable steel doors. Bays need to be 40¿ deep (minimum). Each bay needs protective bollards. Provide operable windows to meet storage facility ventilation requirements. Provide man doors to meet emergency egress requirements. Provide adequate interior and exterior lighting for storage warehouse type usage. Provide a minimum of one wall mounted electrical outlet near the front of each bay. Building shall be placed at an elevation to avoid water intrusion with positive drainage away from the facility. The concrete floor shall be graded to drain to the front (bay doors).
The primary NAICS code for this acquisition will be 236220 Commercial and Institutional Building Construction and the size standard is $45 Million.
Response Requirements:
All business categories are invited to respond. Responses must include the following:
1. Unique Entity Identifier (UEI) number and business type (i.e. Large Business, Small Business, (SB), Small Disadvantaged Business (SDB), Woman Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone), 8(a) Program or other).
2. Document capability by providing a narrative response detailing a minimum of two (2) and a maximum of (5) projects similar to those detailed above. Project information shall include final price, location, date, and a narrative description.
3. Include a statement detailing capacity to accomplish work required by the Service.
4. Responses shall be emailed to Tony Kuntz ([email protected]) no later than 05/02/2024 at 2:00 PM Alaska Time.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.