Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
SOURCES SOUGHT

Y -- Site S-7 Construction, Qatar - Capability Statement

Notice Date
6/30/2016
 
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-0030
 
Archive Date
7/30/2016
 
Point of Contact
Michelle R. Pearman, , Tino Philip,
 
E-Mail Address
Michelle.R.Pearman@usace.army.mil, Tino.Philip@usace.army.mil
(Michelle.R.Pearman@usace.army.mil, Tino.Philip@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
CAPABILITY STATEMENT Site S-7 Construction, Qatar W912ER-16-R-0030 SYNOPSIS: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information, for market research purposes, from capable and reliable sources who may be interested in submitting a proposal to perform Design-Bid-Build (D-B-B) construction of multiple facilities in the State of Qatar. Four (4) contracts are anticipated, and will be awarded separately. Firms may provide offers on one or more of the contract solicitations. The resultant contracts will be awarded as firm-fixed price contracts. PROGRAM SCOPE OVERVIEW: At the program level, the scope of the overall construction effort entails projects at seven (7) separate sites at different locations within the State of Qatar. Each site consists of various facilities, utility infrastructure, site work, and site fencing. The sites will not be connected to any public utilities. Site utilities include: water, sewer, power, communication, fire reporting, and security reporting systems. Contractors must possess the appropriate licenses, visas, permits and any other documentation necessary to conduct business and do construction work in the State of Qatar. The Government reserves the right to issue separate solicitations (Request for Proposals), at later dates, for various construction work at all or some of the seven sites. PROJECT SCOPE OVERVIEW: At the project level, this specific Market Research effort seeks preliminary information from capable and reliable sources who may be interested in submitting a proposal to perform construction of multiple facilities at one of the aforementioned sites, referred to as Site S-7, in the State of Qatar. The work at Site S-7 will be divided into four (4) contracts, as further described below. SITE DESCRIPTIONS: Site S-7 will be adjacent to Al Udeid Air Base (AUAB), Qatar. The work at Site S-7 will include construction of various facilities, including a power generation plant, communications towers, fuel storage, water supply system, waste water treatment plant, site work, site fencing, and other associated infrastructure. The work at Site S-7 will be divided into four (4) different construction solicitation packages; each package is anticipated to be fully designed and ready-to-advertise (RTA) for immediate construction. For this site, all offerors must have met Qatari business license requirement(s) and include proof of having met these requirements at time of proposal submission. Contract awardees must have the ability to obtain the necessary base access badging at Al Udeid Air Base (AUAB), Qatar, upon receipt of contract award. The first solicitation at Site S-7 will likely consist of: Scope-Site: Site grading, approximately 7 kilometers (km) of cable fencing, approximately 10 km of interior fencing, multiple large concrete pads, perimeter and asphalt roads, parking and equipment sunshades, site utility connections, and temporary power generation. Scope-Facilities: Guard Houses, laboratory facility, hazardous waste facility, medium size office facility - (2), large two story office facility with one story below grade, large maintenance facility with offices - (2), water storage tanks, sewage holding tanks, backup generator systems, transformer buildings, communications facility, and communications towers - (3). The two-story facilities have elevators. The facilities are to be fully furnished at completion. Period of Performance: Anticipated period of performance is 730 calendar days from Notice to Proceed (NTP) for the entire scope of work. Offerors competing for this contract must have experience in simultaneously completing multiple complex facilities. Magnitude of Construction Project: The magnitude of construction for Site S-7 Package 1 is between $25,000,000.00 and $100,000,000.00. Proposal Procedures: For this contract, the Government intends to issue a Request for Proposal (RFP), utilizing Best Value Trade-off (BVTO) source selection proposal evaluation procedures in accordance with Federal Acquisition Regulation (FAR) Part 15. The intent is for the RFP to be issued as a One Step/Full and Open Competitive procurement. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition is anticipated to result in a single fixed-price construction contract award. Proposal Period: A Design-Bid-Build, Full and Open Solicitation is scheduled for release on or about August 2016. Contract award is scheduled for on or about January 2017. The second solicitation at Site S-7 will likely consist of: Scope-Site: Site grading, paving of roadways, concrete pads, equipment sunshades, utility connections. Scope-Facilities: Generator power plant, maintenance office, fire/water pump building, water storage tanks, and sewage storage tanks. The power plant, along with the water, sewer, and fire protection utilities will serve all of the facilities to be constructed in the four contract packages. The office facilities are to be fully furnished at completion. Period of Performance: Anticipated period of performance is 540 calendar days from NTP for the entire scope of work. Offerors competing for this contract must have experience in constructing electrical generation facilities and water/sewer facilities. Magnitude of Construction Project: The magnitude of construction for the Site S-7 Package 2 is between $25,000,000.00 and $100,000,000.00. Proposal Procedures: For this contract, the Government intends to issue a Request for Proposal (RFP), utilizing Best Value Trade-off (BVTO) source selection proposal evaluation procedures in accordance with Federal Acquisition Regulation (FAR) Part 15. The intent is for the RFP to be issued as a One Step/Full and Open Competitive procurement. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition is anticipated to result in a single fixed-price construction contract award. Proposal Period: Design-Bid-Build, Full and Open Solicitation is scheduled for release on or about November 2016. Contract award is scheduled for on or about March 2017. The third solicitation at Site S-7 will likely consist of: Scope-Site: Site grading, paving of roadways, concrete pads, utility connections, Parking and Equipment Sunshades, and associated infrastructure. Scope-Facilities: Construction of two - 10 meter high concrete platforms with concrete access ramps, a general purpose warehouse, three operational office facilities, and a reinforced pre-engineered facility with forklift storage area. The office facilities are to be fully furnished at completion. Period of Performance: Anticipated period of performance is 730 calendar days from NTP for the entire scope of work. Offerors competing for this contract must have experience in completing extensive site work and simultaneously constructing multiple facilities. Magnitude of Construction Project: The magnitude of construction for Site S-7 Package 3 is between $25,000,000.00 and $100,000,000.00. Proposal Procedures: For this contract, the Government intends to issue a Request for Proposal (RFP), utilizing Best Value Trade-off (BVTO) source selection proposal evaluation procedures in accordance with Federal Acquisition Regulation (FAR) Part 15. The intent is for the RFP to be issued as a One Step/Full and Open Competitive procurement. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition is anticipated to result in a single fixed-price construction contract award. Proposal Period: Design-Bid-Build, Full and Open Solicitation is scheduled for release on or about December 2016. Contract award is scheduled for on or about May 2017. The fourth solicitation at Site S-7 will likely consist of: Scope-Site: Site grading, multiple large concrete pads, roads, truck barriers, security barriers, motorized gates, parking and equipment sunshades, site utility connections, and temporary power generation. Scope-Facilities: Guard House, entry control facility, entry control office, dining facilities - (2), two-story recreational facility with swimming pool, gymnasium facility, two-story dormitory facility - (3), two-story dormitory facility with dining service, large two-story administration facility, medium two-story administration facility, small one-story administration facility, medical clinic, and fire station. The two-story facilities have elevators. The facilities are to be fully furnished at completion. Period of Performance: Anticipated period of performance is 1095 calendar days from NTP for the entire scope of work. Offerors competing for this contract must have experience simultaneously constructing multiple facilities. Magnitude of Construction Project: The magnitude of construction for Site S-7 Package 4 is between $100,000,000.00 and $250,000,000.00. Proposal Procedures: For this contract, the Government intends to issue a Request for Proposal (RFP), utilizing Best Value Trade-off (BVTO) source selection proposal evaluation procedures in accordance with Federal Acquisition Regulation (FAR) Part 15. The intent is for the RFP to be issued as a One Step/Full and Open Competitive procurement. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition is anticipated to result in a single fixed-price construction contract award. Proposal Period: Design-Bid-Build, Full and Open Solicitation is scheduled for release on or about December 2016. Contract award is scheduled for on or about June 2017. SUBMISSION REQUIREMENTS: a. Provide your capabilities, qualifications and experience as a Prime Contractor completing large construction projects in Qatar and/or a location within the U.S. Central Command (CENTCOM) Area of Responsibility consisting of multiple facilities of varying complexity, utility infrastructure, extensive site and utility work [water, sewer, power, communication, fire reporting, and security reporting systems], electrical generation facilities and water/sewer facilities and site fencing. Provide a list of projects completed by your company that demonstrate your recent experience and ability to perform similar scope and size projects. The submission must include at least one (1) project valued at least $50 Million in size or more. b. Provide a narrative of your capabilities, qualifications and experience in construction management. Relevant experience would include your work completing large construction projects, simultaneously completing multiple complex facilities, electrical generation facilities and water/sewer facilities, extensive site work. c. Provide your firm's current business license to work in the State of Qatar, or if you do not presently possess one, then provide your capability to obtain a business license to work in Qatar. All contractors must meet Qatari business license requirement(s) and have the ability to obtain the necessary badging at Al Udeid Air Base (AUAB), Qatar. d. Provide your experience and capabilities to employ U.S./local/foreign nationals to work in Qatar for the duration of the project. Provide information regarding your capability for teaming arrangements. Provide the name of proposed or anticipated key subcontractors for the project. e. Provide your capabilities for obtaining 1) appropriate Bid Guarantee and Performance and Payment Bonds or other acceptable sureties, and 2) Defense Base Act (DBA) insurance for personnel for this project. Firms submitting responses shall provide information on relevant projects that substantiate the firm's compliance with the qualifications criteria listed above. The information shall contain contract number, project location, description of work, roles in the project execution and other references including subcontractors. Please provide similar information for anticipated key subcontractors. Interested firms must complete the Capability Statement, attached under separate cover, as part of your submission. Be advised that this notice is for market research purposes only and is not a Request for Proposal (RFP), nor does it restrict the Government from utilizing a different acquisition approach to award any or all resultant contracts. Failure to respond to this notice will not disqualify your company from submitting an offer. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide your submission by email, if your company is interested in participating in this opportunity, no later than 15 July 2016 at 4:00 PM EST, or sooner if at all possible. Questions concerning the processes and/or your submissions can be sent to Michelle R. Pearman, email: Michelle.R.Pearman@usace.army.mil, and Tino Philip, email: Tino.Philip@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0030/listing.html)
 
Record
SN04168029-W 20160702/160630235638-ecd81f016b2c3791737aa6fa068d7a76 (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.