Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2013 FBO #4334
SOLICITATION NOTICE

Y -- Iraq Navy Headquarters Base Complex Operations Center, Khor Al Zubayr (KAZ), Iraq

Notice Date
10/4/2013
 
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-13-R-0074
 
Response Due
10/20/2013
 
Archive Date
12/3/2013
 
Point of Contact
Diane E. Zartman, 540-665-6558
 
E-Mail Address
USACE Middle East District
(diane.e.zartman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: In accordance with Section 42(c) of the Arms Export Control Act, as amended (22 USC 2791(c)), the Foreign Military Financing funds made available for this procurement may not be used to award to other than a United States firm. Offers from other than United States firms are ineligible for award. Project Description: This announcement is for the purpose of soliciting contractors interested in submitting a proposal for the Two-Phase Design-Build Naval Operations Center in Khawr Az Zubayr (KAZ), Iraq. The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) intends on awarding a Firm Fixed Price (FFP) design-build contract that will work on the design and construction of a two story administration and operations facility which includes approximately 450 SM of office and conference space split between two floors and a 350 SM, two story auditorium with raised, theater style seating. Additional facilities include site work, drainage, security fencing and gates, power generation, paved access roads and parking. This construction will be located on Khawr Al Zubayr Naval Base, Iraq. Khawr Al Zubayr is located approximately 30 km south of the city of Basrah in Southern Iraq. This is a Two-Phased solicitation evaluation process. For Phase 1 of the Two-Phase Design-Build selection procedure, offerors will be required to submit Experience (Factor 1), Past Performance (Factor 2) and Technical Approach (Factor 3) information on relevant projects to be described in the Request for Proposal (RFP). Price proposals are not to be submitted under Phase 1. Only the top five (5) proposals will be selected to proceed to Phase 2 of the evaluation process. For Phase 2 of the Two-Phase Design-Build selection procedure, offerors will be required to submit their Management Plan (Factor 1) and Price (Factor 2). Construction Magnitude and Period of Performance: The magnitude of construction for this construction project is between $1,000,000 and $5,000,000 with an anticipated period of performance of 455 calendar days after issuance of the Notice to Proceed. Proposal Period: The Government Anticipates releasing the Phase One Solicitation on or about 28 October 2013 and releasing Phase Two solicitation on or about 14 December 2013. Submission Requirements: For Bidders List Registration and Email Alerts on released solicitation, and to receive password information, log onto the following site: http://www.aed.usace.army.mil/contracting.asp Click the Sources Sought Tab, click on the Capabilities Statement quote mark Complete quote mark 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 quote mark Sign Up for Email Alerts. This function allows you to receive Automatic email alerts when any new solicitation actions occur. 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. 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. Plans and Specifications: This is an electronically issued solicitation. The Government will post the RFP to the AMRDEC site and be password protected. Proposals will be received in hard/paper copies only, including Compact Disks (CDs) containing all proposal contents. Email and fax proposals will not be accepted. Once the solicitation is released, all files pertaining to this project will be available through Safe Access File Exchange. Interested offerors will receive an email notification with the subject: AMRDEC Safe Access File Exchange Delivery Notice. The notification will include 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. Registration: Offerors must have and must maintain an active registration in System for Award Management (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 a 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. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON AMRDEC ON OR ABOUT 28 OCTOBER 2013. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-R-0074/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN03211735-W 20131006/131004233853-2bcfb7fbc5384a78f93a799c10b7f3e0 (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.