Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2015 FBO #5096
SOURCES SOUGHT

Y -- Kuwait Fire Unit Buildings - Capability statement

Notice Date
11/4/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-16-R-0008
 
Archive Date
5/31/2016
 
Point of Contact
Caleb A.Brunson, , Wing Leung,
 
E-Mail Address
Caleb.A.Brunson@usace.army.mil, Wing.Y.Leung@usace.army.mil
(Caleb.A.Brunson@usace.army.mil, Wing.Y.Leung@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Save as, your company's name -capability statement W912ER-16-R-0008. read in details for instructions in paragrah i Source Sought / Market Research - Kuwait Fire Unit Sites W912ER-16-R-0008 Synopsis: a. This Source Sought notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of capability and availability of potential contractors. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. b. Project Scope: The design-bid-build project scope of work includes construction and routine property and equipment maintenance service. 1. Constructions (To be completed in 595 calendar days): Construction of two complete Fire Unit Sites and Construction of one Information Coordination Central (ICC) building with shield room. Each fire unit site includes but not limited to, incidental site adapt designs such as topographical and geo-technical surveys, grading plans and provide construction of headquarters building, toilet building, gate house building, pre-engineered maintenance high-bay building, radar berm and control station with a ramp wall system, substation building, guard towers, frequency converter/PDU shelters, launching pads and launching pad t-walls, sunshades, a communication tower. Supporting facilities and infrastructure, includes but is not limited to paved access roads, double security fence, prime power generators (power plant), generator fuel storage tanks and sun shades, 1,000 gal tanks), site lighting and security CCTV cameras, site grading, elevated water storage tanks and piping for potable water, sewer collection system, sewer holding tank, commutation system ductwork and electrical ductwork. The ICC includes but not limited, building facility to house the shield room, reroute existing utility lines as required, HVAC, electromagnetic shield enclosure room. Supporting facilities and infrastructure includes but is not limited to, security fence, electrical and communication power connections, site lighting, site grading, commutation system ductwork and electrical ductwork. 2. Service: Operation and Maintenance (three option years if option is exercised upon acceptance facilities stated in paragraph 1 above): This requirement includes option years to perform preventive and routine maintenance, repair, and changing spare parts for these facilities to ensure equipment are functional and operative in the country of Kuwait. c. The Government anticipates awarding a firm fixed price contract. d. The estimated magnitude of this project is between $25,000,000 and $100,000,000 e. The Government is considering the use of full and open competition procedures for this project. The Best Value Trade-off source selection process will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition will result in a single fixed price contract for the construction and the routine /preventive maintenance service. f. Additional Information: All offeror is required to submit a bid guarantee at time of proposal submission. Performance and payment bonds will be required after award of the contract. The contractor must be licensed or be able to obtain a business license in Kuwait at issuance of Notice to Proceed. This announcement does not restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. A contractor will neither be pre-qualified nor excluded from the competition based upon any information provided in reply to this announcement. g. A bidders list will not be generated from replies to this announcement. Contractors will not automatically receive the RFP package as a result of replying to this announcement. h. A pre-solicitation announcement will eventually be publicized at the Federal Business Opportunities website. An announcement is tentatively scheduled for late December 2015. Contractors are responsible for monitoring the website for the pre-solicitation announcement and for any posted changes or amendments. i. Response shall be submitted using the following Process: Complete the Capabilities Statement and the Project Experience Sheet(s) included with this announcement. Page Limitations: not to exceed 5 total single-spaced pages using a 12-point font size at a minimum, that clearly details the ability to perform and that addresses the specific requirements. Please return the completed sheets and other requested information by email to All these - Caleb.A.Brunson@usace.army.mil Wing.Y.Leung@usace.army.mil Joe.L.Libbey@usace.army.mil On the Subject line of your email, type (Your Company Name) Market Research-Capabilities Statement for W912ER-16-R-0008 as the subject of your email message. Submission Due Date is 12 November 2015 no later than 2:00pm U.S. Eastern Standard Time to the individuals identified below. Also, if you have any questions please direct them 5 days prior to the Due Date. Facsimile responses will not be accepted. All responses must be received by the Due Date and time. j. Please be advised that in order to be eligible for contract award with USACE, your company must be actively registered in the System for Award Management (SAM) systems. It is recommended that you take the necessary steps now to ensure that your company is registered in this system.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0008/listing.html)
 
Record
SN03937937-W 20151106/151104234922-798840e55e4c768feea099989a970865 (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.