Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2016 FBO #5202
SOURCES SOUGHT

Y -- P960 - Triton Operational Facilities - Sources Sought

Notice Date
2/18/2016
 
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-0016
 
Archive Date
3/22/2016
 
Point of Contact
Kenneth G. Baker, Phone: 5406653783
 
E-Mail Address
kenneth.g.baker@usace.army.mil
(kenneth.g.baker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Capability Statement - This form should be filled out by interested sources and sent back according to the directions in this Source Sought notice. **** This is a SOURCES SOUGHT and is not a solicitation announcement **** NOTE: THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS (RFP). THIS NOTICE DOES NOT OBLIGATE THE UNITED STATES (U.S.) GOVERNMENT TO ANY CONTRACT AWARD. THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT AS TO THE ULTIMATE ACQUISITION APPROACH. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATIONAL PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED IN PREPARATION OF A RESPONSE TO THIS NOTICE. COVER LETTERS AND EXTRANEOUS MATERIALS (BROCHURES, ETC.) WILL NOT BE CONSIDERED. QUESTIONS CONCERNING SUBMISSIONS SHOULD BE DIRECTED TO KENNETH G. BAKER, CONTRACT SPECIALIST AT KENNETH.G.BAKER@USACE.ARMY.MIL. 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking capable sources for a Design-Build Construction contract in the United Arab Emirates. 2. PROJECT SCOPE: This project includes construction of up to four environmentally controlled pre-engineered structures with vertical fabric doors. Each structure will serve as a hangar for one or more aircraft for the Triton Unmanned Aircraft System (UAS) platform and each may contain organizational, maintenance, and administration spaces. These spaces will be of semi-permanent construction. Supply space will be constructed within one of the structures. Hangar access and parking aprons will also be constructed. The facilities will include the construction of a shielded Forward Operating Base (FOB) Mission Control System (MCS) and an associated communications tower. Site improvements shall include; demolition of existing improvements, grading, vehicle paving and access driveways, apron area paving, storm drainage, walkways and sidewalks, utility corridors, fire protection access, bicycle racks, site and apron lighting, and dumpster/recycling enclosures. 3. PROPOSAL PROCEDURES: The Government is considering the use of Request for Proposal (RFP) (FAR Part 15) procedures for this project. The intent is for the RFP to be issued in a Two Phase process. The Best Value Trade-off (BVTO) contracting method may be used to evaluate Phase One proposals and Phase Two proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. 4. SUBMISSION REQUIREMENTS: The Government is seeking to identify qualified sources under the North American Industry Classification System (NAICS) 236220 (Commercial and Institutional Building Construction) either singly or as part of an assembled team. a. Provide your experience as a Prime Contractor completing design and construction of projects valued at least $1 Million to $10 Million in size. Provide a list of projects completed by your company and demonstrate your recent experience and ability to perform similar scope and size projects in the United Arab Emirates (UAE) or in other Middle Eastern countries by using the attached Capability Statement format. b. Provide your capabilities for obtaining Performance and Payment Bonds or other acceptable sureties for this project, if awarded. See FAR clause 52.228-15. Submission of Capability Statements should be sent via email to Kenneth.G.Baker@usace.army.mil using the following naming convention: Company Name-CAPABILITY STATEMENT- W912ER-16-R-0016. The submission should address all questions in the attached capability statement and your ability to perform the work stated in the project information section of this notice. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Personal visits to discuss this announcement will not be scheduled.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0016/listing.html)
 
Place of Performance
Address: Al Dhafra, Airbase, United Arab Emirates
 
Record
SN04023827-W 20160220/160218234800-278811e173fb6446c3e125def71d0411 (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.