SOURCES SOUGHT
56 -- Project Site 13414 New Construction Hardened Shelters & Support Facilities - Israel - Sources Sought Attachment
- Notice Date
- 3/8/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-16-X-0012
- Point of Contact
- Glenn E. Adams, Phone: 3145702723, Susan Dunnagan, Phone: 3145702078
- E-Mail Address
-
glenn.adams@usace.army.mil, susan.k.dunnagan@usace.army.mil
(glenn.adams@usace.army.mil, susan.k.dunnagan@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought W912GB-16-X-0012 Attachment - Information Request Form SOURCES SOUGHT NOTICE (W912GB-16-X-0012) - FOR INFORMATION ONLY Project Site 13414 Hardened Shelters - Israel The purpose of this Sources Sought Notice is to identify qualified firms that are interested in and capable of performing the required work in Israel, as described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Sources Sought Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and responses to this Notice will not be returned. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. FOREIGN MILITARY SALES REQUIREMENT: The proposed construction work will be administered under The U.S. Army Corps of Engineers (USACE) - Europe District Israel Foreign Military Sales (FMS) - Construction Program, and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in the anticipated solicitation must be U.S. firms. Any joint-venture must be with another U.S. firm. PROJECT REQUIREMENTS: USACE - Europe District is seeking interested US firms capable of executing an FMS construction project in Israel. The project involves a Classified Design-Bid-Build of new construction of Hardened Shelters and Support Facilities at a base in Israel. The potential acquisition includes: • Shelter Buildings - approx. area: 4,000 m2. • Auxiliary Facilities - approx. area: 2,150 m2 • Waste Buildings - approx. area: 50 m2. • Administration Buildings - Approx. area: 450 m2. • Utilities Tunnel - approx. area: 1900 m2. • General Storage Buildings - approx. area: 2200 m2. The majority of the construction is concrete walls, floors and ceilings. Most of the walls are to be fair face exposed concrete. There are also steel skeletons with steel panels cladding for covering the storage areas. In the administrative offices the inner walls will be covered in gypsum panels with insulation. The finishing work shall also include architectural work such as: flooring, doors, painting, etc. Each building will have a waterproofing system. Mechanical work including, but not limit to: • Shelter Gates: The shelter gates are a set composed of two sliding gates on each side of each shelter. • Custom-designed doors • Crane: Required only in one shelter HVAC work including, but not limit to supply and construction of entire heating, ventilation and air-conditioning system. Installation of underground pit, in each shelter building, including underground air condition insulation pipe from the pit to the outside of the building. The underground pit is a shared pit containing the electrical system and compressed air. Water, sewage and compress air systems works including, but not limit the supply and installation of: Water system, Hot water systems, Oil waste system, Sewage system, sanitary fixtures, Storm Drainage system and Compressed air system. Fuel and cathodic protection systems works. Electrical and BMS systems works including, but not limit to the supply and installation of: • Connections to the main feeding from the base MV network. • Local Generator 650KVA. • Uninterrupted Power Source (UPS) System • Transformer room with Two 6.3/0.4 KV - 1000KVA transformers. • Buildings electrical system according to each building requirement. • Lightning Protection • Taxiway lighting • Outdoor Lighting • Outdoor Infrastructure • Very low voltage systems (fire detection systems etc.) • Electrical gates • Building Management System (BMS) including a Human Machine Interface (HMI) system. The project also includes site-development (sidewalks and water culverts), parking spaces and roads and junctions. • Estimated Scope area is about 252,000 square meters. • Estimated length of taxiways is about 1,908 meters. • Estimated length of service roads is about 1,436 meters. • Estimation of sidewalks pavement is about 402 Square meters. Construction measures in accordance with the Host Nation Technical Requirements (HNTRs), the Standards Institution of Israel, USACE Specifications, project specifications and drawings will be provided through the Solicitation process. According to DFAR 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is between $25,000,000 and $100,000.000. The North American Industrial Classification System Code (NAICS) is 236220. Bid Bonds and 100% Performance and Payments bonds are required. KEY REQUIREMENTS: 1. Interested Contractors must be United States Prime Contractors and have experience with construction of shelters and support facilities and the other requirements addressed above. 2. Primary disciplines - • Structural/Architectural: Large-scale operation and maintenance facility requiring substantial amount of steel and concrete works. • Civil: Project site requires a high volume of earth cut work and significant road and taxiway works to include gravel and providing suitable off-site fill materials. • Mechanical/Electrical: Large-scale operation and maintenance facility containing a fuel systems, administrative and technical support buildings, and taxiway lighting. 3. Facility Clearance (FCL) Requirement: In order to be eligible to perform under this contract, the pre-qualified firm(s), including all entities which comprise a Joint Venture, and the Joint Venture itself, must possess or be able to obtain at a minimum a Department of Defense (DoD) Secret FCL with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Interested parties already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) code, facility clearance and safeguarding level with the required pre-qualification documentation. In order to receive plans and specifications or to participate in a site visit, offerors must possess and FCL clearance. RESPONSES: The Government is posting this sources sought notice, to gain knowledge of interested construction firms who have the capabilities to complete and perform a contract of this magnitude. Firms that are interested in participating in the solicitation and have the capabilities to complete and perform the work contemplated under the resultant solicitation shall provide the following information to the Government points of contact listed below. SUBMISSION REQUIREMENTS: Respondents interested in providing a response to this Sources Sought Notice should limit their responses to 15 pages and shall include the following information: a) Completed the W912GB-16-X-0012 Sources Sought Form (attached), to include company name, address, point of contact, phone number, e-mail address, and if available CAGE and DUNS number; b) Interested parties capability to meet the project requirements; c) Interested parties capability to perform a contract of this complexity and dollar value; d) Interested parties are requested to submit NO MORE THAN three (3) projects of similar scope and complexity performed within the last five (5) years; • Include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project; e) Interested parties experience working in Israel; f) Interested parties Joint Venture information if applicable - existing and potential; g) Interested parties bonding capability for the project (Construction bonding level per contract and aggregate construction bonding level, both expressed in U.S. dollars), and h) Interested parties experience working with projects requiring an FCL. Interested parties are required to have valid DUNS number, CAGE code, and SAM registration demonstrating NAICS code 236220 at the time of the solicitation. Interested parties whose response to the information above indicates an adequate capability and understanding of the requirements will obtain the solicitation and any subsequent amendments through the AMRDEC SAFE website at https://safe.amrdec.army.mil/safe/. Interested parties are encouraged to visit this web site and become familiar with its contents and functionality prior to the solicitation issue date. It is projected that the Pre-Solicitation will be issued in April/May of 2016. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided; however, solicitation documents may be printed by the offerors and handled in accordance with the applicable document security regulations and subsequently destroyed by all offerors, other than the successful offeror, after award. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. RESPONSES DUE: All interested parties shall respond to this Sources Sought Synopsis via email no later than 4:00 PM (1600) Eastern Time (ET) on 22 March 2016. Please submit responses and required information to Contract Specialist, Glenn Adams at glenn.adams@usace.army.mil with a cc: to Contract Specialist, Susan Dunnagan at susan.k.dunnagan@usace.army.mil. QUESTIONS: Questions regarding this Sources Sought Notice must be in writing and are to be directed to the Contract Specialist, Glenn Adams at glenn.adams@usace.army.mil with a cc: to Contract Specialist, Susan Dunnagan at susan.k.dunnagan@usace.army.mil. All interested contractors must be registered in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM, in order to be eligible to receive the solicitation and for award of a Government contracts. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-X-0012/listing.html)
- Place of Performance
- Address: Israel
- Record
- SN04044005-W 20160310/160309000146-79e242eb848af12881bd894d7e312ce6 (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 |