Opportunity

SAM #W911KB27RA005

Design-Build Replacement of Water Tanks and Treatment Systems at Wake Island

Buyer

W2SN ENDIST Alaska

Posted

April 07, 2026

Respond By

April 22, 2026

Identifier

W911KB27RA005

NAICS

237110, 237990

This opportunity is a market research notice from the U.S. Army Corps of Engineers, Alaska District for a major design-build construction project at Wake Island. - Government Buyer: - U.S. Army Corps of Engineers, Alaska District (DEPT OF DEFENSE, DEPT OF THE ARMY, US ARMY CORPS OF ENGINEERS, ENGINEER DIVISION PACIFIC OCEAN, ENDIST ALASKA) - Scope of Work: - Removal of six 300,000-gallon above grade (AG) concrete water storage tanks - Removal of two 2,000,000-gallon AG steel water storage tanks - Installation of three new AG concrete finished water storage tanks - Construction of supporting infrastructure for influent and effluent - Associated electrical upgrades for the potable water system - Provision of all management, tools, supplies, parts, materials, equipment, transportation, and trained labor - Products/Services Requested: - Design and construction services for water tank and treatment system replacement (no specific OEMs, part numbers, or quantities listed) - Unique/Notable Requirements: - Firms must demonstrate relevant experience with similar projects - Bonding capacity and organizational/financial resources required - Highest level of CMMC (Cybersecurity Maturity Model Certification) required - NAICS code: 237110 (Water and Sewer Line and Related Structures Construction) - Estimated Project Value: - Exceeds $10,000,000 - Place of Performance: - Wake Island, Hawaii (federal facility) - Contracting Office: - US Army Corps of Engineers, Alaska District, Anchorage, AK

Description

REPLACE WATER TANKS, WAKE ISLAND (WAK030)

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 FY27 Design 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:

Interested firms must be able to provide all management, tools, supplies, parts, materials, equipment, transportation, and trained labor necessary for the project. This project includes the design and construction for removal and replacement of the finished water storage tanks and water treatment systems at Wake Island. Water storage tank removal includes six 300,000-gallon above grade (AG) concrete tanks and two 2,000,000-gallon AG steel tanks to be replaced with three AG concrete finished water storage tanks. Water tank replacement will include supporting infrastructure including infrastructure including infrastructure including influent and effluent. Work also includes associated electrical upgrades to provide adequate and reliable power for the potable water system. The estimated dollar magnitude of this project is anticipated to be more than $10,000,000. The performance period will be approximately 1460 calendar days.

THIS IS A SOURCES SOUGHT NOTICE AND NOT A REQUEST FOR PROPOSAL.

The applicable North American Industry Classification System (NAICS) code is 237110.  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 22 April 2026, 2:00 PM AKST, by submitting all requested documentation listed below to: US Army Corps of Engineers, Alaska District, ATTN: CEPOA-CT (Morrison), PO Box 6898, JBER, AK 99506-0898 or via email to brittney.morrison@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 DUNS number, and business size under NAICS 237110.

(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.

(7) Provide firm’s highest level of CMMC certification

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 4.203-1 and 4.304, 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/.   

View original listing