SOURCES SOUGHT
Y -- Design-Build Vehicle Maintenance Facility, Faya, Chad
- Notice Date
- 5/4/2018
- 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-0006
- Archive Date
- 5/31/2018
- 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
- Sources Sought Announcement for a Design Build Construction Contract Vehicle Maintenance Facility - Faya, Chad 1. Anticipated Project Title: Design-Build Vehicle Maintenance Facility, Faya, Chad 2. Agency: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Construction of Buildings 4. Place of Performance: Faya, Chad 5. Project Description: Design-Build construction of a new Vehicle Maintenance Facility in Faya, Chad - Africa; The building shall be a pre-engineered metal building with two vehicle maintenance/garage bays and one bay for admin/personnel. The whole building will be two (2) stories in height to accommodate two (2) floors in the admin/personnel bay. The building shall have a pitched roof and one vehicle inspection / maintenance pit. GPS Coordinated are: Latitude: 17° 55′ 07.58″ N, Longitude: 19° 06′ 35.25″ E. All host nation codes shall apply. The Contractor shall deliver fully functional, turnkey 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. The facility and the installed equipment shall be permanent construction. The Contractor shall provide to the Contracting Officer's Representative (COR) all design drawings, shop drawings and certificates as well as calculations prior to the beginning of construction. The contractor shall obtain all Permits necessary for the project in accordance with FAR 52.236-7, Permits and Responsibilities. A copy of all permits, with English translation, shall be furnished to the COR prior to the start of construction work. The facility in this project shall be complete and usable to meet codes and technical and functional requirements per this SOW. All design, calculations, approvals, certificates, fees, labor, material, equipment, direct overhead, indirect overhead, G&A and general conditions to complete this project as described in the SOW shall be included in the proposal price. The facility shall be designed and constructed in accordance with current standards and building codes as described in these documents. These design and product requirements are minimum requisites. Compliance with the provisions of this section by subcontractors shall be the responsibility of the Contractor. 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 contract award amount is estimated between $500,000 and $1,000,000. 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 CEST on 21 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-0006/listing.html)
- Place of Performance
- Address: Faya, Chad
- Record
- SN04912300-W 20180506/180504230930-dc99db3f6ca1edbc9ba687e629b598d6 (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 |