Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 18, 2018 FBO #5990
SOURCES SOUGHT

Y -- Design-Build 34th Military Hospital, Freetown, Sierra Leone - Attachments

Notice Date
4/16/2018
 
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-18-X-0008
 
Archive Date
5/15/2018
 
Point of Contact
Bjorn T. Hale, Phone: 49061197442301, Robin Prince,
 
E-Mail Address
bjorn.t.hale@usace.army.mil, Robin.G.Prince@usace.army.mil
(bjorn.t.hale@usace.army.mil, Robin.G.Prince@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2 Attachment 1 Sources Sought Announcement for a Design Build Construction Contract 34th Military Hospital - Freetown, Sierra Leone 1. Anticipated Project Title: Design-Build 34th Military Hospital, Freetown, Sierra Leone 2. Agency: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Construction of Buildings 4. Place of Performance: Freetown, Sierra Leone 5. Project Description: Design-Build construction for the renovation and expansion of the labor and delivery ward of the 34th Military Hospital complex located in Freetown, Sierra Leone. The work includes but is not limited to the complete replacement of the existing roof, partial renovation of the labor and delivery ward, and construction of the expansion of the existing ward as shown on the conceptual floor plan. Extensive coordination will be required between architectural, structural, electrical, mechanical, and civil work. The contractor shall deliver fully functional, turn-key type facilities (without furniture) as described in this document. The work includes but is not limited to design, demolition, fabrication, delivery, installation, construction, and site work. A roof mounted photovoltaic system with battery buffering is also part of this project. The facility and the installed work shall be permanent construction. The hospital is located in the vicinity of coordinates: LAT 08°27'48.78"N / Long 13°15'37.65"W 6. 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. 7. Selection Process: The Government intends to utilize a one phase trade off source selection process to evaluate contractors for award on a best value basis. 8. Contract Period and Magnitude: The anticipated period of performance is 365 calendar days. The price range is estimated between $250,000 and $500,000. 9. Sources Sought: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of contractors who have the capabilities to complete a project of similar magnitude. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 10. Responses: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 11. Submissions: Offerors response to the Sources Sought shall be limited to eight (8) pages and shall include the following information: • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute construction projects, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide up to 3 examples that demonstrate: o Experience working in Africa • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 12. Responses Due: All interested contractors should submit responses via e-mail by 1400 HRS CET on 01 May 2018. Submit responses and information to Bjorn Hale at bjorn.t.hale@usace.army.mil. No hard copies will be accepted. 13. Questions: Questions regarding this sources sought announcement may be directed to Contract Specialist Bjorn Hale at bjorn.t.hale@usace.army.mil. ****Sources Sought for Market Research Purposes Only****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-18-X-0008/listing.html)
 
Place of Performance
Address: Freetown, Sierra Leone
 
Record
SN04891311-W 20180418/180416231109-dfc3e6028aeba4664af7661079962fa0 (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.