Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

Y -- Construction of New Buildings, Forward Operating Base (FOB) Hawk, Iraq

Notice Date
7/21/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-11-R-0096
 
Response Due
9/29/2011
 
Archive Date
11/28/2011
 
Point of Contact
Ralph J. La Rosa, 540-665-3956
 
E-Mail Address
USACE Middle East District
(ralph.j.larosa@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: The U.S. Army Corps of Engineer (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. This announcement is for the construction of a New Entry Control Point (ECP), IqAF Commander Office, Officer's Housing, Enlisted Housing, Headquarters Offices, Sr. Officer's Housing, and IqAF HQ Clinic at the Forward Operating Base (FOB) Hawk in Baghdad, Iraq. This solicitation is consolidating the requirements to obtain offers for a single contract to satisfy the above seven requirements. The contractor shall comply with all base security requirements. A firm fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $5,000,000 and $25,000,000. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 26 Aug 2011. The proposals will be due on or about 29 Sep 2011. Contract award is scheduled on or about 14 Oct 2011. PROJECT SCOPE: The U.S. Army Corps of Engineer (USACE) Middle East District has the requirement to construct the following facilities: New Entry Control Point (ECP), IqAF Commander Office, Officer's Housing, Enlisted Housing, Headquarters Offices, Sr. Officer's Housing, and IqAF HQ Clinic at the Forward Operating Base (FOB) Hawk in Baghdad, Iraq. This will be a full design solicitation therefore design experience will be not be requested. The contractor may be required to verify topographical and geotechnical information to confirm the civil and final designs. The project consists of construction of the following facilities: 1) A new main Entry Control Point with drop arm barrier, flagpole, and security lighting. The ECP shall have a 110 SM Main Guard Office, for the officer of the day office and bathroom with eastern style toilet. A 25 SM Guard Post will also be provided. The buildings shall be concrete structural frame with masonry infill construction and insulated stucco exterior with transparent window facing the areas exposed to the gate. Construction includes paved parking, with metal sunshades for 60 vehicles and a ductless mini split HVAC system for the buildings. 2) Construct a new facility for IqAF Commander's office/quarters at the location shown on the attached base map. The facility shall be approximately 403 M2, two story, concrete frame structure with masonry infill construction and insulated stucco exterior with terrazzo floor tiles, quality bathroom fixtures and kitchenette, wooden doors and double paned, tinted windows with metal frames. 3) Construct a new 999 SM facility for Officer's housing. The building shall contain 62 single room quarters with shared toilet facilities located at the ends of the buildings with eastern style fixtures. The facility shall be concrete structural frame with masonry infill construction and insulated stucco exterior with ductless mini split air conditioners to provide HVAC. The building shall be two stories. 4) Construct a new 1,008 SM facility for 100 enlisted quarters. The two story barracks shall have rooms sized for four to six man occupancy. Provide shared, eastern style toilet facilities complete with foot washing basins to wash for prayer. The facility shall be concrete structural frame with masonry infill construction and insulated stucco exterior with ductless mini split air conditioners to provide HVAC. 5) Construct a new 300 SM facility for a IqAF HQ Clinic health facility, containing 8 doctor's offices, a Surgeon General's Office with private toilet room and a combination office/examination rooms, reception area, waiting area, and men's and women's restroom with eastern style toilets. The facility shall be concrete structural frame with masonry infill construction and insulated stucco exterior with ductless mini split air conditioners to provide HVAC. 6) Construct a new 6,660 SM facility for Headquarters Offices. The building shall be two stories and accommodate 300 personnel with two conference rooms in each building which can accommodate 30 personnel each and include a small kitchenette and audiovisual room. Each floor shall have one women's restroom with one toilet, lavatory and resting area and a men's restroom sized for the appropriate number of personnel. The buildings shall be constructed with a structural concrete frame with masonry infill and insulated stucco exterior construction with terrazzo floors. Provide appropriate acoustical controls for offices and conference rooms. Facilities will be in accordance with base force-protection requirements and have secured entry points utilizing surveillance cameras, alarms, security lighting, and security guard desks. Mechanical, electrical and delivery servicing should not require entry into the facility. Delivery area will have a controlled entry dock with storage. The facility shall use ductless mini split air conditioners to provide HVAC. 7) Construct a new 1,812 SM facility for Senior Officer's housing. The building shall contain 38 quarters each having a bedroom, living room and private bathroom. Of those 38 quarters, 10 shall have western style toilets and 28 shall have eastern style toilets. The facility shall be concrete structural frame with masonry infill construction and insulated stucco exterior with ductless mini split air conditioners to provide HVAC. All work identified in the Scope of Work shall be completed approximately within 540 calendar days from the Notice to Proceed. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued only to prime construction contractors. Copies will not be released to suppliers, subcontractors and plan rooms. The Lowest Price Technically Acceptable (LPTA) contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the solicitation. This acquisition will result in a single fixed price construction contract awarded based on LPTA determination. PLANS AND SPECIFICATIONS: This is an electronically issued solicitation. The Government proposes to post the RFP to a file transfer protocol (ftp) site and be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: Mr. Charles Hollingsworth, Contract Specialist, Telephone (540) 665-3446, e-mail charles.h.hollingsworth@usace.army.mil and Mr. Ralph J. La Rosa, Telephone (540) 665-3956 and e-mail ralph.j.larosa@usace.army.mil. NEW PROCESSES AND PROCEDURES/INFORMATION FOR: REQUESTING SOLICITATIONS/BIDDERS LIST REGISTRATION/PASSWORD RETRIEVAL INFORMATION /EMAIL ALERTS For Bidders List Registration and Email Alerts log onto the link listed below. (Solicitation release information and required password/s will only be released to those who have electronically filled out a Capabilities Statement. Capabilities Statements are required for EACH solicitation of interest.) http://www.aed.usace.army.mil/contracting.asp Click the Sources Sought Tab, click on the Capabilities Statement "Complete" button of the solicitation of interest, fill in the requested information and then click on Register. This will Automatically place you on the Bidders List for subject solicitation. Once you have completed the Sources Sought Information return to the Home page and click on "Sign Up for Email Alerts." This function allows you to receive Automatic email alerts when any new solicitation actions occur. Automated Capabilities Statement entries must be completed prior to the release of the solicitation due to the fact that solicitation password information is only sent to those who have completed the on-line Capabilities Statement. Your submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. Questions concerning the New Processes and Procedures can be sent to Charles Hollingsworth, Telephone (540) 665-3446, e-mail charles.h.hollingsworth@usace.army.mil and Mr. Ralph J. La Rosa, Telephone (540) 665-3956 and e-mail ralph.j.larosa@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0096/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02506704-W 20110723/110721235633-7e6dee90b17f59e5ee6fcdd55923b38f (fbodaily.com)
 
Source
FedBizOpps 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.