Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2002 FBO #0101
SOLICITATION NOTICE

Y -- FIRM FIXED PRICE CONTRACT FOR CONSTRUCTION SERVICES FOR JET FUEL SYSTEM AT NEVITIM, ISRAEL

Notice Date
3/11/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 477 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
DACA90-02-R-0023
 
Response Due
6/5/2002
 
Archive Date
7/5/2002
 
Point of Contact
Ann Gunzel, 0611 816-2624
 
E-Mail Address
Email your questions to Corps of Engineers, Europe District, Contracting Division
(ann.l.gunzel@nau02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Firm Fixed Price Contract for Construction of military facilities at Nevitim located approximately 20 km east of Beer Shiva, Israel. The proposed facilities construction will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations. Contract will be awarded and paid in U.S. dollars. This procurement is restricted to United States firms only. Contractors may bring into Israel, nationals of the United States and third countries having diplomatic relations with I srael for the purpose of accomplishing the work. This procurement is subject to the requirements of FMS and the U.S. Balance of Payments Program set out in FAR Subpart 25.3. In addition to the FAR Balance of Payments limitations, use of Israeli content is limited to the cost of bulk materials such as sand, gravel or other soil material, stone, cement, pipes with fittings, concrete masonry units and other similar bulk materials. At least 51% of the contract value, exclusive of bulk materials and Israeli desi gn certification services, must represent U.S. content. Principal features of the project is as follows: Modifying and restoring existing underground jet fuel storage tanks, construction of a jet fuel station, a fuel distribution network and refueling sy stems at various spots on the air field. Work includes installations of pipes, pumps, meters, valves, filtering facilities and other features normally required in a complete hydrant fueling system for an airfield. Existing tanks will be tied into an exis ting fuel line from adjacent fuel station. New fuel truck loading facilities, transformer stations, receiving building, communications and control facilities, slop tanks, separators and the like are to be constructed. A fuel distribution system will be i nstalled from the existing tank area to various areas along the runways and will be tied into existing aircraft sheds and hardened shelters. Pumps, filters and hoses for fueling aircraft will be installed at the sheds/shelters. Work will include tying ne w fuel lines into existing portions of the fuel system or other portions currently under construction by other contractors. The construction contractor under this announcement will be required to coordinate construction activities with contractors providi ng part of the fueling system within the sheds/shelters. Wireless control systems, electric controls and cathodic protection systems will be constructed under this announcement. Pipe penetrations through existing hardened walls and horizontal drilling an d pipe placement under active runways/taxiways will be required. Phased turnover and coordination with other contractors will be required. Airfield activities will remain active during the construction. Responses are desired from firms who can demonstra te recent experience and excellent past performance in construction of similar facilities. If a single offeror does not have construction capabilities, US-only joint ventures will be acceptable. The offeror will also have to demonstrate scheduling capabi lity, proposed schedule for this procurement, and submit a management plan. Solicitation will be issued on or about 5 April 2002. Proposals will be received on or about 5 June 2002. Estimated cost of proposed procurement is more than $10,000,000. Estimated completion time: Staggered completion times with the final facility t o be complete in approximately 450 calendar days. SIC code 1542. Plans and specifications will be issued on CD-ROM only and limited to one (1) set per offeror. A site visit has been scheduled for May 2002. Specific dates and other information regarding the site visit/pre-proposal conference will be contained in the solicitation documents. Questions of a technical nature may be addressed to Mr. Robert Saari at telephone number 011-49-611-816-2503 or electronic mail Rob.b.saari@nau02.usace.army.mil. Questions of a contractual nature can be addressed to Ms. Ann Gunzel at 011-49-611-816-2624 or electronic mail ann.l.gunzel@nau02.usace.army.mil or faxed to 011-49-611-816-2618.
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
Zip Code: 09096
Country: DE
 
Record
SN00039153-W 20020313/020311213352 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.