Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOURCES SOUGHT

99 -- Cargo Marshalling Yard and Personnel Deployment Processing Facility Consolidation Project

Notice Date
1/24/2020 12:40:19 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER20R0010
 
Response Due
2/5/2020 7:00:00 AM
 
Archive Date
02/25/2020
 
Point of Contact
Richard Elder, Phone: 540-665-2628, Peter Smith, Phone: 540-542-6620
 
E-Mail Address
richard.c.elder@usace.army.mil, peter.s.smith@usace.army.mil
(richard.c.elder@usace.army.mil, peter.s.smith@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE Solicitation No. W912ER20R0010 Cargo Marshalling Yard (CMY) and Personnel Deployment Processing Facility (PDPF) Al Udeid Air Base, State of Qatar SYNOPSIS: �This is a Sources Sought Notice for market research and acquisition planning purposes.� The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is conducting market research to garner interest and the capabilities of the United States and foreign firms for performing two individually programmed military construction projects at the Al Udeid Air Base, in the State of Qatar.� USACE is considering the consolidation the two projects in a single solicitation and would be awarding one contract for both requirements.� This is not a request for proposal (RFP). PROJECT SCOPE:� The projects are a Cargo Marshalling Yard (CMY) and a Personnel Deployment Processing Facility (PDPF).� The projects are summarized in the following paragraphs.� The summaries are not all-inclusive of the scope of each. 1.� The Cargo Marshalling Yard project includes a 3,245 square meter (SM) air freight terminal, a 150 SM air mobility control center, and a 40,796 SM cargo marshalling yard that includes a material handling equipment parking area. �The air freight terminal with air mobility control center will provide space for personnel and functions that comprise command and control operations, maintenance operations center, and air terminal operations.� The terminal will be constructed with a reinforced concrete foundation, concrete floor slab, structural steel frame, concrete masonry unit (CMU) walls, and a standing se12am roof.� The cargo yard and parking area will consist of concrete and asphalt areas with unpaved shoulders, an area lighting system, pavement markings, and a security fence.� The yard will include a vehicle wash area with an oil separator and diesel refueling pump, to include a 2,000 gallon above ground tank. 2.� The 6,960 SM Personnel Deployment Processing Facility will have a one-story airside and a two-story landside terminal capable of supporting 380 inbound and 380 outbound personnel simultaneously.� It will provide the capability for receiving and returning baggage. �The project includes parking space, access to a loading dock, and pedestrian connections.� The PDPF will consist of concrete reinforced frames and infilled exterior CMU walls. 3.� The CMY and PDPF facilities will be located on site approximately 300 meters apart.� The area between the CMY and PDPF sites is developed and unavailable as a lay down or mobilization site for the projects. �The CMY is located closer to the flight line than the PDPF. �Both the CMY and PDPF are adjacent to a common aircraft parking ramp. SET ASIDES AND CODES:� The project is classified through the North American Industry Classification System (NAICS) under code 236220 for Commercial and Institutional Building Construction with a size standard of $39.5 million. If consolidated, the government anticipates awarding a firm-fixed-price contract. ADDITIONAL INFORMATION:� A decision on consolidation has not yet been made. �This notice does not restrict the government as to the ultimate acquisition approach. Both projects are design-bid-build type of construction. If consolidated, the period of performance is estimated at 720 calendar days from notice to proceed. If consolidated, the magnitude of construction for both the CMY and PDPF is between $25 and $100 million. The government will not reimburse respondents for any costs incurred in preparation of a response to this notice. A firm will be neither pre-qualified, nor excluded from the competition, based upon any information provided in reply to this notice. The solicitation shall provide for full and open competition. An offeror�s list will not be generated from replies to this notice.� Firms will not automatically receive the RFP package as a result of replying to this notice. A presolicitation notice may eventually be publicized on the Beta.SAM.gov website. Firms are responsible for monitoring the website for the presolicitation announcement and for any posted changes or amendments. SUBMISSION REQUIREMENTS:� Interested firms should complete the Capability Statement and the Project Experience Template(s) included with this notice. �Provide your experience with not more than three similar projects of each type of construction.� Please return the completed sheets and other requested information by email to Richard Elder at Richard.C.Elder@usace.army.mil and Peter Smith at Peter.S.Smith@usace.army.mil.� Place the words Market Research � CMY and PDPF on the subject line of your message. �Your response is due not later than December 27, 2019, at 5:00 p.m. Eastern Standard Time (EST).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/45b272606e2349d689e666ce6d6217c1/view)
 
Place of Performance
Address: Doha, QAT
Country: QAT
 
Record
SN05543563-F 20200126/200124230150 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.