Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
SOLICITATION NOTICE

Y -- Kuwait Air Defense Improvements - DRAFT SPECS AND DRAWINGS

Notice Date
4/19/2016
 
Notice Type
Presolicitation
 
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
5/18/2016
 
Point of Contact
Marissa Louden, , Joe Libbey,
 
E-Mail Address
Marissa.M.Louden@usace.army.mil, Joe.L.Libbey@usace.army.mil
(Marissa.M.Louden@usace.army.mil, Joe.L.Libbey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CDC Vol 3 CDC Volume 2 Volume 4 Volume 3 Volume 2 Volume 1 PRE-SOLICITATION NOTICE - Kuwait Air Defense Improvements The U.S Army Corps of Engineers (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. PROJECT SCOPE: This design-bid-build (DBB) Site-Adapt project scope of work includes two components of work. One component is to construct facilities that have been fully designed. The other component consists of the site improvements and infrastructure necessary to site adapt those fully-designed facilities. 1. Construction Construction of two complete Air Defense Sites (#6 and #7) and Construction of one Information Coordination Central (ICC) building. Each air defense 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 screen 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: This solicitation will include three option years for Operation and Maintenance (O&M) services. O&M will include but not limited to preventive and routine maintenance, repair, and changing spare parts for these facilities to ensure equipment is functional and operative in the country of Kuwait. PERIOD OF PERFORMANCE: The anticipated period of performance for the ICC building is 515 days from issuance of Notice to Proceed (NTP). The anticipated period of performance for the Air Defense Sites (#6 and #7) is either 515 or 700 days from issuance of NTP based upon SLIN work requirements. PROJECT MAGNITUDE: The A firm-fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $25,000,000.00 and $100,000,000.00. LOCATION: This project is located near the Kuwait Air Defense Headquarters. PROPOSAL PERIOD: The solicitation is scheduled for release on or about May 15, 2016. The proposals will be due on or about June 30, 2016. Contract award is expected on or about August 15, 2016. PLANS AND SPECIFICATIONS: This will be an electronically issued solicitation. The Government will post the solicitation and technical requirements to the Federal Business Opportunities website at www.fbo.gov. SITE VISIT: Site visit attendance is not mandatory but is strongly encouraged. Site visit details will be included in the solicitation when it is released SET ASIDES AND CODES: As the work will be performed Outside of the Continental United States (OCONUS), there are no set asides to small business or socioeconomic preferences for this solicitation. This effort is classified through the North American Industry Classification System Code (NAICS): 236220. REGISTRATION/SUBMISSION REQUIREMENTS: Offerors must have and maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM 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. PROPOSAL PROCEDURES: The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Best Value Tradeoff method in accordance with Federal Acquisition Regulation (FAR) 15.101-1. The evaluation criteria will be conveyed with the RFP. The contract will be awarded on a firm fixed price basis only. Defense Base Act Insurance (DBA) and Construction surety will be required. The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. BID GUARENTEES: All offeror is required to submit a bid guarantee at time of proposal submission. ADDITIONAL REQUIREMENTS: Performance and payment bonds may be reduced by the Contracting Officer for 30 percent of the original price in lieu of 100 percent. The contractor must be licensed to conduct business in Kuwait to be eligible for contract award. Responses to this notice are not required. POINT OF CONTACT: Ms. Marissa Louden, Contract Specialist, e-mail Marissa.M.Louden@usace.army.mil. Attachments: DRAFT Volume 1 Draft Volume 2 Draft Volume 3 Draft Volume 4 Draft CDC Vol 2 Draft CDC Vol 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0008/listing.html)
 
Record
SN04088125-W 20160421/160419234157-214acd315c1788606b3b00b5e54a5d83 (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.