SOLICITATION NOTICE
Y -- Operation and Maintenance, Western Ammunition Workshop, El Haikstep, Egypt
- Notice Date
- 6/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-04-R-0031
- Response Due
- 8/3/2004
- Archive Date
- 10/2/2004
- Point of Contact
- NANCY ARONHALT, 540-665-3686
- E-Mail Address
-
US Army Corps Of Engineers - Transatlantic Programs Center
(NANCY.R.ARONHALT@USACE.ARMY.MIL)
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: This announcement is for the purpose of soliciting names of firms interested in submitting an offer for award of a Performance Based Service Contract for Operation and Maintenance (O&M) services, with performance at Haikstep, Egypt. El igible contractors will be limited to: (1) U.S. firms, or (2) Joint Ventures between U. S. Firms, including at least one U. S. firm, (3) Joint Ventures between U. S. firms and Egyptian firms, including at least one U. S. firm. To be considered a U. S. firm , the firm must have experience in O&M services as a portion of its business; must be incorporated and have its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income tax declarations for a minimum of thr ee corporate years within the preceding four-year period, having paid any applicable taxes determined to be due as a result of such filing; and employ U. S. citizens in key management positions. To be considered an Egyptian firm, the firm must be a minimum of 51 percent Egyptian ownership; and an independently owned firm. Egyptian firms which are partially or wholly owned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. Performance and payment bonds will be required. T he estimated cost of this project is between $1,000,000.00 and $5,000,000.00. PROJECT SCOPE: The Western Ammunition Workshop (WAW) is an ammunition demilitarization and maintenance facility. This project will mainly provide for the maintenance of the Amm unition Peculiar Equipment (APE), as well as for the maintenance of the facilities, facility support systems equipment and infrastructure. In addition, the contractor will be required to operate selected items of facility support equipment as part of thei r technical support function. However, for the APE equipment, only contractor personnel who have been trained in handling APE may operate the equipment. The WAW includes a fire pump house, ammunition maintenance facility, propellant collection building, flammable storage building, an autoclave facility and a small ammunition demilitarization furnace. The autoclave facility includes a utility building and a deactivation facility. The following utility equipment and systems are included in this contract; chillers, air handling units, exhaust fans, power conveyers, diesel transfer, monorails, boilers, standby generators, telephone system, and power system. The project site is within the boundaries of a military controlled area near El Haikstep, Egypt. CON TRACT PROCEDURES: The Request for Proposal (RFP) will only be issued to qualified firms who have responded to this notice indicating interest in submitting a proposal. Copies will not be released to Suppliers or Plan Rooms. Hard copies of both a technic al and price proposal will be required. The resultant contract will provide for a Base Year duration, with four One-Year Options, for a total of five years. A 'Best Value Tradeoff' Process contracting method will be used to evaluate proposals. The evalu ation will include both Non-price and Price factors. Price will be considered slightly more important than the overall non-price rating in determining the best value offeror. Under the Non-Price Evaluation Factors, Experience and Past Performance will be equally weighted. Management Capability, which will include proposed ammo-experienced key staff, will have significantly more weight. Type of contract shall be a Firm Fixed Price Performance Based Service Contract with only one award on an 'All or None' basis. The procurement is on behalf of the Egyptian Government and does not obligate appropriated funds of the U.S. A pre-proposal site visit is tentatively scheduled for the week of 11 July 2004. Firms may not have more than two (2) representatives atte nd the site visit. The following information is required to process base passes for individuals wishing to attend the site visit and MUST be received no later t han 18 June 2004 by the Transatlantic Program Center, Egypt Office by fax (011-202-359-6131) or by mail Transatlantic Programs Center, Egypt Office, U. S. Army Corps of Engineers, ATTN: Mr. Tamer Kafafi, Unit 64901 Box 41, APO EA 09839-4901. A copy of the application should also be sent to Transatlantic Programs Center, U.S. Army Corps of Engineers, P.O. Box 2250, Winchester, VA 22604, ATTN: Bill Proffitt or by fax (540-665-3625). PERSONAL INFORMATION REQUIRED FOR BASE PASS REQUEST FOR EACH INDIVIDUAL: ( 1) Name in full (English), (2) Nationality, (3) Religion; (4) Date of Birth; (5). Place of Birth; (6) Marital Status; (7) Occupation/Specialization; (8) Work assigned to do in Cairo; (9) For Americans, a clear and readable copy of passport photo for each i ndividual and for Egyptians, a copy of their Egyptian identification; and (10) A copy of a current AIDS certificate certifying that the individual does not have AIDS. COMPANY INFORMATION REQUIRED FOR BASE PASS REQUEST: (1) Company name; (2) Company nation ality; (3) Company address in the U.S; (4) Local (Egypt) address; (5) Address in U.S.; (6) Purpose of visit; (7) Interval of time required (From, To); (8) Places to be visited; (9) Company address in Egypt; (10) Company telephone and fax numbers in U.S.; ( 11) Company telephone numbers and fax in Egypt; (12) Company's American Director's name in Egypt; and (13) Company's American Director's name in U.S. The O&M contract will follow the 'Tentative Milestone Schedule', which is: (1) Issue RFP 1 Jul 04; (2) R eceive Proposals 3 Aug 04; (3) Award Contract 1 Sep 04. Qualified firms interested in receiving this solicitation should send a written request to both of the addresses identified below, with the following information provided in its entirety: (1) comp lete firm name; (2) mailing and shipping addresses; (3) telephone and fax numbers; (4) Point of Contact name and e-mail address; (5) and must reference the solicitation number. PLANS AND SPECIFICATIONS: This is an electronic issued solicitation. The Gov ernment shall furnish two (2) copies of the CD-ROM containing the specifications and plans to prospective offerors at no charge. The official solicitation is found on the CD-ROM. Paper copies of the solicitation and additional copies of the CD-ROMs are no t available. Please note that the base pass information must be sent to the Egypt Office of the Transatlantic Programs Center, whereas the request to be included on the planholders list must be sent to the headquarters office of the Transatlantic Programs Center in Winchester, Virginia. ORIGINAL POINT OF CONTACT: Nancy R. Aronhalt, Contracting Officer, Telephone 540-665-3686; FAX 540-665-4033; or E-Mail Nancy.R.Aronhalt@usace.army.mil REQUEST FOR PROPOSAL & QUESTIONS: E-Mail your Request for Proposal and Questions to US Army Corps of Engineers, Transatlantic Programs Center, to 'both' of the following: (1) Nancy.R.Aronhalt@usace.army.mil AND (2) Robyn.Ratchford@usace.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA78/W912ER-04-R-0031/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Country: US
- Zip Code: 22604-1450
- Record
- SN00596869-F 20040605/040603212932 (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 |