Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
SOLICITATION NOTICE

Y -- Design/Build Cadet Barracks, Al Mubarak, Kuwait

Notice Date
5/30/2013
 
Notice Type
Presolicitation
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-13-R-0045
 
Response Due
9/19/2013
 
Archive Date
7/29/2013
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
USACE Middle East District
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: THIS WAS ORIGINALLY ANNOUNCED AS A SOURCES SOUGHT ONLY FOR MARKET RESEARCH, RFP W912ER-13-R-0045. DESCRIPTION: The U.S. Army Corps of Engineers (USACE), Middle East District intends to solicit construction firms experienced in working within Kuwait who are interested in submitting a Firm-Fixed Price offer for this project. This announcement is for the design and construction of up to three, three story barracks buildings at the Al Mubarak Military Cadet College in Kuwait. To be considered a construction firm, the firm must perform construction as a significant portion of its business. The contractor shall comply with all base security requirements. A site visit is anticipated for this requirement. The estimated cost of the project is between $10,000,000.00 and $25,000,000.00. SET-ASIDES AND CODES: As the work will be performed outside the Continental United States, no set asides or socio-economic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under code 236220, Commercial and Institutional Building Construction. PROJECT SCOPE: The project is Design/Build in nature. The successful offeror will design and construct up to three, three-story barracks buildings. Each building will contain up to 102 suites per building. Each suite is to include two separate bedrooms for two cadets each, with two separate bathrooms. Water/Sewer/Electric utilities as required, with connection by others. Zoned, split system climate control, fire suppression system, modest furnishings, and site demolition. Portions of the overall Statement of Work above may be solicited as options within the final Request for Proposal. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will only be issued to prime construction contractors. Copies will not be released to suppliers, subcontractors, or plan rooms. A Two-Phase Design-Build Selection Process will be used. This process requires potential offerors to submit performance and capability information initially, for review and consideration by the Government. Following 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. Further evaluation criteria and instruction will be conveyed within the Request for Proposal. Site Visit information will be conveyed within the Request for Proposal. PROPOSAL PERIOD: The solicitation is scheduled for release on or around 14 Jun 2013. The tentative date for receipt of Phase I proposals is 28 Jun 2013. Tentative date to notify offerors concerning their Phase 1 submissions is 5 Aug 2013. Tentative date of receipt of Phase 2 proposals is 19 Sep 2013. Tentative contract award date is 21 Oct 2013. The estimated period of performance is 540 days after Notice to Proceed. REQUIRED COUNTRY REGISTRATION: All work will be performed outside the United States. All firms must be capable of being registered to work in the country of Kuwait, in accordance with all Kuwaiti laws and regulations. Firms must be capable of obtaining a commercial business license for construction with the Ministry of Business and Trade. OTHER REGISTRATIONS: Offerors must have and must maintain an active registration in the System for Award Management (SAM) (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 database, the Government reserves the right to award to the next prospective offeror. PLANS AND SPECIFICATIONS: This will be an electronically issued solicitation. The Government will post the RFP to an AMRDEC site, which will be password protected. Proposals will be received in hard/paper copies only, and will include Compact Disks (CDs) containing all proposal contents. Once the solicitation is released, all files pertaining to the project will be available through Safe Access File Exchange. Interested offerors will receive an email notification with a description of the file, a link to the file, and a password to retrieve the file. The file will only be available for 14 days and the password is a ONE-TIME USE ONLY during the 14 day period. RESPONSE REQUIREMENTS: Interested firms meeting the above qualifications should forward notification to Deborah.M.McFarland@usace.army.mil, and Robyn.Ratchford@usace.army.mil. This notice is not a request for proposal, and proposals received as a result of this pre-solicitation notice will not be accepted or evaluated. Contracting Office Address U.S. Army Corps of Engineers, Middle East District, P.O. Box 2250, Winchester, Virginia 22604-1450. POINT OF CONTACT: Deborah M. McFarland, 540/665-3444, and Robyn Ratchford, 540/665-3676.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-R-0045/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN03075348-W 20130601/130530234949-a1049463cd9720cadc6a7adebd43dd01 (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.