Federal Bid

Last Updated on 28 Jun 2021 at 9 PM
Solicitation
Seward Alaska

SEW-20001-0J Seward Military Resort Repairs

Solicitation ID W912D0-21-B-0002
Posted Date 28 Jun 2021 at 9 PM
Archive Date 28 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 0413 Aq Hq Contract
Agency Department Of Defense
Location Seward Alaska United states 99664

W912D0-21-B-0002

  1. This is a pre-solicitation notice for Project# SEW-20001-0J Seward Military Resort Repairs.
  2. The U.S. Army has a requirement to conduct repairs to the Seward Military Resort facilities.  The Contractor shall provide all materials, labor, and equipment to repair by replacement of decks to all lodging units, upgrade the handicap bathroom in building 611 to be wheelchair accessible, repair or replace rotten logs at building 93, and add attic insulation in building 100 and 200 series per this scope and the construction documents attached. Contractor shall verify on site all dimensions, sizes, and quantities prior to submitting a proposal. Contractor shall comply with any current Operational Order which modifies or restricts access to Seward Military Resort. The facility is available for laydown and work from Labor Day through Memorial Day. Between Memorial Day and Labor Day, some work may be completed, but will need to be coordinated with Owner to facilitate times to complete work as this facility is in constant use during the summer months. The contractor shall perform to the standards in the contract as well as all local, state, and federal regulations. The disclosure of magnitude is between $500,000 and $1,000,000 IAW FAR 36.204(e).
  3. All work is to be done at Seward Military Resort located in the city of Seward, Alaska on the Kenai Peninsula at 2305 Dimond Boulevard. The Government is contemplating a Firm Fixed Price (FFP) contract awarded through Sealed Bidding procedures. This requirement is 100% set-aside for small businesses.
  4. This posting is a pre-solicitation to inform potential vendors and is issued solely for informational and planning purposes. This posting is not an Invitation for Bids or a Request for Proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this pre-solicitation. All costs associated with responding to this pre-solicitation will be solely at the interested party's expense. Not responding to this pre-solicitation does not preclude participation in any future Invitation for Bid, if one is issued, in relation to the current pre-solicitation. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.
  5. The draft Statement of Work package has been made available to potential vendors in this notice. Interested parties are highly encouraged to submit their comments and feedback by e-mail to the point-of-contacts identified below by 10:00 AM Alaska Time (AKT) on 13 July 2021.
  6. The U.S. Army is requesting the following information from interested vendors:
    1. Company name and contact information to include phone number and email.
    2. Contractor capability statement.
    3. DUNS number and CAGE code.
    4. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business,veteran-owned small business, service disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 236220, size standard of $39.5 million.
  7. Interested parties should send above information via email to BOTH of the Point of Contacts (POCs) identified below. Phone calls will NOT be accepted in response to this pre-solicitation. Interested parties are encouraged to register with this pre-solicitation.
  8. An actual solicitation may be expected to be issued within the next 180 days. The due date and time for submission of bids will be contained in the solicitation package. Paper copies will NOT be available. The entire solicitation, including the specification and/or drawings, will be made available only on the beta.SAM.gov website. NO paper copies of the solicitation will be furnished.
  9. It is the sole responsibility of all Interested Parties to register for notification updates to any and all subject documents for the said action.
  10. Prospective contractors must be registered in the System for Award Management (SAM) Database prior to award of a government contract. Prospective contractors are further advised that failure to register in the SAM Database will render your firm ineligible for award. Registration requires applicants to have a DUNS number. We recommend registering immediately in order to be eligible for a timely award.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Seward Alaska 01 Aug 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 16 Sep 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 16 Sep 2025 at 4 AM (estimated)