Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2013 FBO #4198
SOLICITATION NOTICE

Y -- Jet Engine Maintenance Shop, Al Dhafra Air Base, UAE

Notice Date
5/21/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-13-R-0034
 
Response Due
7/25/2013
 
Archive Date
7/20/2013
 
Point of Contact
Emily Giardino, 215-656-3202
 
E-Mail Address
USACE District, Philadelphia
(emily.m.giardino@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Site Visit Information: **PLEASE READ FIRST** An organized site visit is tentatively scheduled for July 11, 2013 at Al Dhafra Air Base. Attendance is not mandatory, but is highly encouraged. The process for obtaining access to the site is time consuming. The UAE Resident Office will collect all Gate Entry and DBIDS Application Requests. To allow sufficient time to coordinate and meet site visit requirements, paperwork must be submitted, in the order shown and in PDF format, to the UAE Resident Office, NLT 6:00 PM local UAE time on June 24, 2013. Site visit requests WILL NOT be accepted after this deadline. Site visit requests should be sent via e-mail to both of the following individuals: Bryan.R.Kohn@usace.army.mil and Douglas.E.Eppinette@usace.army.mil. Submittals of Site Visit requests do no guarantee Gate Entry access. Only two contractor personnel per company will be permitted to attend the site visit. Please follow the detailed instructions posted to this solicitation on www.fbo.gov. Failure to do so may result in a denial for site visit access. The following (6) documents are attached with this notice and are necessary for the site visit request: 1) Al Dhafra Site Visit Request; 2) Blue Badge Temporary Spreadsheet; 3) DBIDS Registrations (Form Info); 4) Emirati Security Declaration Form; 5) IAA DBIDS Form; and 6) Site Visit Request Letter (English). Description of Work: Contract work consists of design and construction of a jet engine maintenance shop and supporting infrastructure at the Al Dhafra Air Base. Work includes, but is not limited to: (1) construction of a 725 sq meter pre-engineered building to support jet engine maintenance; (2) construction of site improvements; and (3) installation of utilities to support proposed building improvements. The Contractor shall prepare 100 percent plans, specifications and support documents for this design-build project. USACE guide specifications shall be prepared incorporating the technical requirements contained herein. The Contractor shall coordinate with the US Army Corps of Engineers Resident Engineer (RE), US Army Corps of Engineers Contracting Officer (CO), and the Al Dhafra Air Base Management (BE) to prepare final design drawings for the project. The Contractor shall prepare a Phasing Plan for Government approval. The Contractor shall coordinate the construction sequencing with the CO, Base Engineer, and Airfield Management, with regards to sequencing, taxiway closures, laydown areas, haul routes, etc., prior to the submission of the Phasing Plan. The Phasing Plan shall show the sequencing for mobilization, construction activities, laydown areas, demobilization, etc., as specified on the Conceptual Drawings and herein. This acquisition will utilize the best value source selection process with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 -Experience, Factor 2 -Key Personnel, Factor 3 -Past Performance, and Factor 4 -Price. Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 236220. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. The expected period of performance is 420 calendar days. Issue date for the Request for Proposals is on or about June 25, 2013 with proposals due by 2:00 pm, local time, on or about July 25, 2013. Liquidated Damages will be specified. Award will be made as a whole to one offeror. This procurement is advertised as Unrestricted. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the System for Award Management (SAM) (https://www.sam.gov) database as required by FAR 52.204-7, Central Contractor Registration (DEC 2012). SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. Email your questions to US Army Corps of Engineers - Philadelphia District: Emily.M.Giardino@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-13-R-0034/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN03068486-W 20130523/130521235507-6998da29fe520fa844669fa70b9d37ff (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.