Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2013 FBO #4093
SOLICITATION NOTICE

Y -- MARITIME TRAFFIC COORDINATION CENTER, KUWAIT

Notice Date
2/5/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-13-R-0001
 
Response Due
2/20/2013
 
Archive Date
4/6/2013
 
Point of Contact
Charles H. Hollingsworth, 540-665-3446
 
E-Mail Address
USACE Middle East District
(charles.h.hollingsworth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS WAS ORIGINALLY ANNOUNCED AS A SOURCES SOUGHT ONLY FOR MARKET RESEARCH, SOLICITATION NUMBER W912ER-12-R-0102 PROJECT NUMBER: W912ER-13-R-0001 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Middle East District intends to issue a Request for Proposal (RFP) W912ER-13-R-0001 for the Maritime Traffic Coordination Center (MTCC), Kuwait. This project consists of the Design and Construct of the MTCC containing the following program elements: an MTCC platform supporting all project features, a harbor basin with bulkhead wharf integral with the MTCC platform providing docking space capable of berthing and mooring the Kuwait Naval Force (KNF) design vessels, a lighthouse conforming with the Architectural design provided in the RFP, a helipad, and supporting facilities and infrastructure for accommodating a full complement of 49 staff, comprising 33 KNF personnel and 16 support personnel. The following is a description of the MTCC's and the contractor's requirements: The MTCC will be constructed approximately 15 miles offshore of Bubiyan Island in the north western part of Kuwait. The contractor shall design and construct the MTCC as a fixed permanent platform of sufficient size to support the lighthouse, bulkhead wharf and harbor, helipad and all associated infrastructure in accordance with established design criteria such as the Corps of Engineers Coastal Engineering Manual, API RP-2A and CIRIA C683. The platform will be located on the Fasht Al Ayk Sandbar, which is in shallow water shown on navigation charts to be less than 2 m deep. The platform shall be designed and constructed to be protected from the erosive affects of currents, tides, and waves and from the effects of earthquakes. The platform shall be provided with suitable infrastructure to service the lighthouse and shall be appropriately illuminated to allow for safe, night time operation. The contractor shall propose innovative techniques to maximize the use of in-situ materials in a cost-effective manner in the construction of the MTCC. The contractor shall provide project experience demonstrating its firm or its major subcontractor has the technical experience in leveraging state-of-the-art technology in coastal and offshore construction involving fixed platforms and coastal structures. The lighthouse will be built on the platform and will be a tall building structure at least 60 m in height, and serve as a beacon. The Architectural renderings shown in the RFP represent the Architectural Design preferred by the KNF and the contractor shall design and construct the architectural features, civil utilities and infrastructure, communications, electrical, fire protection, interior design, mechanical, and structural systems necessary to support the lighthouse while maintaining the Architectural design provided in the Request for Proposal. The lighthouse will support a manned operations center and support personnel. The MTCC will include a harbor basin. This harbor basin will allow navigation and berthing of naval vessels and will have an entrance channel, equipped with suitable navigation markers, providing access to deep water for vessels. The contractor shall be responsible for all dredging activities, including disposal of dredged material or use of dredged material in MTCC platform construction, pertaining to construction of the harbor and entrance channel. A bulkhead wharf shall be provided that is contiguous with the MTCC harbor basin. The bulkhead wharf will be a retaining structure that shall be used as a wharf for docking vessels by the addition of mooring appurtenances, paving, and two 30-kN jib cranes for handling cargo. There will be no refueling or ship servicing facilities at the MTCC. The MTCC shall be provided with a helipad suitable for landing a CH-47 helicopter. There will be no refueling or helicopter servicing facilities at the MTCC. Additionally, the contractor shall be responsible for complying with all Kuwaiti laws necessary to construct the MTCC, including securing all required permits. The contractor's Designers of Record (DOR) shall be licensed Professional Engineers ( quote mark P.E. quote mark ) or Registered Architects ( quote mark R.A. quote mark ) registered by any of the Professional Boards of the United States and its territories or equivalent recognized international body such as such as Europ ene d'Associations Nationales d'Ing nieurs. Designers of Record who have graduated from an ABET-accredited university in Kuwait shall be active members of the Kuwait Society of Engineers. The Offerors shall demonstrate experience in the design, engineering and construction of industrial and commercial offshore and coastal facilities. These facilities may be associated with ports, harbors, private enterprise, heavy industry, mining (including petroleum), land reclamation projects, military works, coastal storm damage protection, and other work located on or within large, navigable bodies of water anywhere in the world. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual. This project will consist of materials, labor, and construction of various infrastructure and facilities and other features as referenced within the Statement of Work (SOW), using expeditious construction methods, to complete the project within a 730 (seven-hundred-thirty) day period. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. TYPE OF SET-ASIDE: This acquisition will be UNRESTRICTED, full and open, best value competition, no set-aside. SELECTION PROCESS: This is a 2-Phase Design-Build Best Value selection process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. The proposal requirements for this 2-Phase procurement consists of the following: Phase 1 Proposal - Past Performance and Specialized Experience of the Prime Contractor and Financial Surety; Phase 2 Proposal - Management Approach, Project Technical Approach and Price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $25M and $100M in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the Phase 1 solicitation on or about 25 February 2013 and releasing the Phase 2 solicitation on 6 April 2013 and awarding the contract on or about 9 July 2013. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Charles Hollingsworth at Charles.h.hollingsworth@usace.army.mil. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-R-0001/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02979678-W 20130207/130205234246-501706d08d5a0809c6f54c32848b2f51 (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.