WAK030-REPLACE WATER TANKS, WAKE ISLAND
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The US Army Engineer District, Alaska is conducting market research through a Sources Sought announcement for an FY27 Design Build Construction Project to replace water tanks and water treatment systems at Wake Island. This project has an estimated dollar magnitude of more than $10,000,000. Responses are due by April 22, 2026, 2:00 PM AKST.
Scope of Work
This project involves the design and construction for the removal and replacement of finished water storage tanks and water treatment systems. The work includes:
- Removal of six 300,000-gallon above-grade (AG) concrete tanks and two 2,000,000-gallon AG steel tanks.
- Replacement with three new AG concrete finished water storage tanks.
- Installation of supporting infrastructure, including influent and effluent systems.
- Associated electrical upgrades to ensure adequate and reliable power for the potable water system.
Contract & Timeline
- Type: Sources Sought / Market Research (not a Request for Proposal)
- NAICS Code: 237110 (Water and Sewer Line and Related Structures Construction)
- Small Business Size Standard: $45 Million
- Estimated Magnitude: More than $10,000,000
- Performance Period: Approximately 1460 calendar days
- Response Due: April 22, 2026, 2:00 PM AKST
- Published: April 7, 2026
Submission Requirements
Interested firms, specifically qualified prime contractor firms, must submit a capabilities package (not exceeding 5 pages) demonstrating their ability to perform the work. The package should include:
- Business name, address, CAGE Code or DUNS number, and business size under NAICS 237110.
- Identification of small business type (if applicable).
- Demonstration of prime contractor experience on similar projects within the past five years, including project title, location, description, dollar amount, and self-performed work.
- Firm's single project and aggregate bonding capacity, and information on organizational/financial resources.
- Information on any potential teaming arrangements.
- Indication of intent to submit a proposal when advertised.
- Firm's highest level of CMMC certification.
Additional Notes
This is solely for market research to determine the acquisition strategy for an FY27 project. All prospective contractors must be registered in the System for Award Management (SAM) prior to any potential award.