Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOURCES SOUGHT

Y -- Two 20 Mega-Watt Switching Stations

Notice Date
11/17/2017
 
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-17-R-0034
 
Archive Date
11/27/2017
 
Point of Contact
Diane deLathouder, , Joe Libbey,
 
E-Mail Address
Diane.E.deLathouder@usace.army.mil, Joe.L.Libbey@usace.army.mil
(Diane.E.deLathouder@usace.army.mil, Joe.L.Libbey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Two 20 Mega-Watt Switching Stations, Camp Arifjan, Kuwait. The U.S. Army Corps of Engineer (USACE) Transatlantic Middle East District (TAM) intends to solicit construction firms experienced in working in the Middle East region who are interested in submitting a Firm-Fixed-Price offer for this project. This is a Sources Sought announcement for market research and planning purposes. It is not a Request for Proposals. The USACE, TAM is conducting market research to garner interest and the capabilities of firms interested in submitting a proposal for the construction of two 20 Mega-Watt Switching Stations in Kuwait. This Source Sought notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of capability and availability of potential contractors. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. This requirement is assigned a code of 236220 in the North American Industry Classification System (NAICS), and the size standard for such requirements is $36.5M per annum. Statements should also include the eligible business concern's name, point of contact, address, and DUNS number. PROJECT SCOPE: Scope of Work: This Statement of Work (SOW) sets forth the requirements which describe the design-build construction effort for construction of two 20 MW Switching Stations at separate locations on Camp Arifjan Kuwait. The primary facilities shall include two (2) switching station buildings at separate locations as well as an associated 11KV switchgear line with eight feeders and building utility systems. The new switching stations will be provided with redundant power supply (in overcoming blackout conditions) from the Ministry of Energy and Water (MEW) Yarmounk Substation located at the Kuwait's 94th Brigade Compound to the North of Camp Arifjan. The Kuwaitis will be responsible for place of an 11 KVA line containing six feeders for service at Camp Arifjan. The Kuwaitis will trench and provide up to each of the two separate switching stations. It is possible, due to funding constraints that only three feeders will be provided under this project with a follow on project to provide the remaining three feeders in the next program year (FY18). The base contract Scope of Work includes the construction both 20MW Switching Stations and service from the Kuwaitis with an 11KVA power source containing four feeders. These Switching Stations will support the mission operations at Camp Arifjan for current and future planned projects. The work shall include two 20MW Switching Stations in Zones 1 and 2 at Camp Arifjan. The facility shall have utilities such as electricity and communication connected to the existing utility lines of Camp Arifjan. The Contractor will have a designated area which may be used only for a materials lay-down area only and not a life support area. In addition, the Contractor is responsible for the sustainment of their workforce, and the contractor shall plan for daily commutes to access worksites. The Contractor shall perform a pre-award site investigation with the Department of Public Works (DPW) representatives to evaluate: the concept, travel routes, site conditions, utilities, and identify any other incidental work to make the requirements fully functional in order to provide the Government with a complete construction and warranty for the following summarization of each requirement. All work shall be accomplished in place in accordance with (IAW) the contract specifications, drawings, and as directed by the Contracting Officer (CO). Additional requirements is for the determination of dates by the Kuwaitis (MEW, MOI and MOD) for the below actions to occur prior to the contractor mobilizing on-site: The project will be delivered using a Design-Build approach. The estimated magnitude of the project is between $10,000,000.00 and $20,000,000.00 with an anticipated Period of Performance of 446 calendar days from issuance of the Notice-to-Proceed. The solicitation will be a request for proposal (RFP). The Government is considering the use of full and open competition procedures for this project. The Best Value Tradeoff source selection process will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government will include options in the RFP. This acquisition will result in a single FFP contract. This acquisition will not be set-aside for small businesses. The Government reserves the right to cancel this solicitation either before or after the closing date, and there shall be no legal liability on the part of the Government, to include liability for Contractor's proposal costs. Interested firms should complete the Capabilities Statement. Please return the completed information to the Contract Specialist by email to Diane.E.deLathouder@usace.army.mil. Place the words "Market Research" for W912ER-17-R-0034 on the subject line of your message. Your response is requested by 1600 hours on November 24, 2017. The solicitation documents will be posted at the Federal Business Opportunities (FBO) website for this announcement. A Pre-solicitation announcement will eventually be publicized at the Federal Business Opportunities website. An announcement is tentatively scheduled for December 2017. Contractors are responsible for monitoring the website for the pre-solicitation announcement and for any posted changes or amendments. There will be a site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-17-R-0034/listing.html)
 
Place of Performance
Address: USACE Middle East District, P.O. Box 2250, Winchester, Virginia, 22604, United States
Zip Code: 22604
 
Record
SN04743846-W 20171119/171117230928-fc6ecaec979aeca007ac80f5abc431eb (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.