Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2016 FBO #5266
MODIFICATION

Y -- Project 13580 - Israel - Solicitation 1

Notice Date
4/22/2016
 
Notice Type
Modification/Amendment
 
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-R-0030
 
Archive Date
6/7/2016
 
Point of Contact
Oksana Strekha, Phone: +(49)(0) 611-9744-2626, Glenn E. Adams, Phone: 004961197442723
 
E-Mail Address
Oksana.Strekha@usace.army.mil, glenn.adams@usace.army.mil
(Oksana.Strekha@usace.army.mil, glenn.adams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment_16_Drawings List Attachment_15_HNTRs Attachment_14_USACE General Specifications Attachment_13_Soil Report Attachment_12_Special Specifications Attachment_11_SRs Attachment_10_Price Schedule Attachment_9_Disclosure of Lobbying Activities Attachment_8_Change Order Markup Rates Attachment_7_OSP Worksheet and Directions Attachment_6_Contractor Key Personnel Performance Certification Attachment_5_Letter of Commitment Attachment_4_Resume Attachment_3_Past Performance Questionnaire Attachment_2_Experience Information Sheet Attachment_1_Experience Overview Sheet Solicitation W912GB-16-R-0030 Project 13580 April 22, 2016 SOLICITATION for W912GB-16-R-0030, PROJECT 13580 - Israel is hereby being posted. Please take NOTE of the scheduled Pre-Proposal Briefing; Pre-Bid Site Visit; and Proposal Due Date and Time. PRE-SOLICITATION NOTICE For W912GB-16-R-0030 Project 13580, Israel THIS IS ONLY AN INFORMATIONAL NOTICE; THIS IS NOT A REQUEST FOR PROPOSAL 1. ANTICIPATED PROJECT TITLE: Project 13580, Israel 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220, Commercial and Industrial Building Construction 4. CONTRACT SPECIALIST: Ms. Oksana Strekha, oksana.strekha@usace.army.mil 5. PLACE OF PERFORMANCE: Israel 6. SOLICITATION NUMBER: W912GB-16-R-0030 7. DESCRIPTION OF WORK: The U.S. Army Corps of Engineers, Europe Districts intends to issue a competitive solicitation W912GB-16-R-0030 for an FMS construction project in Israel. The project involves construction of a large-scale operational facility, which contains hangars, aircraft support buildings, equipment sheds, maintenance area, and a fuel station. Construction of new roads, parking areas, taxiways, and extension of an existing runway in the vicinity of the facility is also included in the project scope. Construction measures in accordance with the Host Nation Technical Requirements (HNTRs) and the Standards Institution of Israel will be provided. 8. TYPE OF CONTRACT: The resultant contract awards will be a Firm Fixed Price (FFP), Design-Bid-Build Construction contract for the design and construction services in Israel. 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 10. FOREIGN MILITARY SALES REQUIREMENT: The proposed construction work will be administered under Foreign Military Sales (FMS), 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. 11. OFF SHORE PROCURMENT: The project will be funded by Foreign Military Sales (FMS). All Off Shore Procurement (OSP) and Balance of Payment (BOP) Act Restrictions are applicable. Reference shall be made in the solicitation to the U.S. Government International Balance of Payments Program (IBOP) and to U.S. Government policies concerning OSP, including Federal Acquisition Regulation (FAR) Part 25 and Department of Defense FAR Supplement (DFARS), Part 225. A waiver of OSP requirements will not be available and accordingly, at least 51% of the dollar value of the contract (exclusive of the cost of bulk materials, and other items that the FAR and DFARS excluded from Buy American considerations) must be of U.S. origin. 12. EVALUATION CRITERIA & SELECTION PROCESS: Responses are desired from firms who can demonstrate recent experience and successful past performance in construction of similar facilities and effective performance management approach. Best-Value tradeoff source selection procedures will be used with the intent to award one (1) firm-fixed, design-bid-build (DBB) construction contract to the responsible Offeror whose proposal, conforming to the request for proposal (RFP), is determined to be technically acceptable and offers the best value to the Government. 13. CONSTRUCTION MAGNITUDE: The estimated magnitude of construction is between $10,000,000 and $25,000,000. 14. SYSTEM FOR AWARD MANAGEMENT (SAM): All offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award in order to be eligible to receive an award from any future solicitation. Call 1-866-606-8220 or visit the SAM website for more information. 15. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about April/May 2016. The Government intends to have proposals due in May/June 2016 and award the contract in the 4QFY16 (4th Quarter Fiscal Year 2016, July 2016 - September 2016). Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted. 16. FEDERAL BUSINESS OPPORTUNITIES (FBO): Contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. The solicitation and all subsequent amendments will only be available electronically on FedBizOpps website. Offerors are encouraged to visit this website and become familiar with its contents and functionality prior to the solicitation issue date. The United States government is not responsible for providing notifications of any changes to this solicitation. It is the offeror's sole responsibility to obtain the solicitation and any subsequent amendments though the FedBizOpps website. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. It is therefore the Contractor's responsibility to monitor the FedBizOpps website for the solicitation posting, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 17. SITE VISIT/PRE-PROPOSAL CONFERENCE: More guidance on place and time for Site Visit/Pre-Proposal Conference will be posted in Solicitation or change to this notice. 18. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 19. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Points of Contact for this solicitation is Contract Specialist, Ms. Oksana Strekha at oksana.strekha@usace.army.mil and Contracting Officer, Mr. Glenn Adams at glenn.adams@usace.army.mil. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-R-0030/listing.html)
 
Record
SN04093450-W 20160424/160422234742-0fdd39e42f840b81b67f71c0e3cd32d2 (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.