SOURCES SOUGHT
99 -- Munitions Storage Area - Amman Jordan
- Notice Date
- 8/10/2020 6:41:58 AM
- 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
- W912ER20R0014
- Response Due
- 4/30/2020 8:59:00 PM
- Archive Date
- 09/15/2020
- Point of Contact
- Maria Rodeffer, Kenneth G. Baker
- E-Mail Address
-
maria.c.rodeffer@usace.army.mil, kenneth.g.baker@usace.army.mil
(maria.c.rodeffer@usace.army.mil, kenneth.g.baker@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE IS NO�SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The. U.S. Army Corps of Engineer (USACE) Transatlantic Middle East District (TAM) has a requirement to construct a new South Munitions Storage Area (MSA) located at an undisclosed location approximately 100KM East of Amman, Jordan to include earth covered magazines (bunkers) to store up to 3.0M Net Explosive Weight (NEW) munitions storage with the necessary associated paved roads, security fencing, and lightning protection.� This Design-Bid-Build (DBB) project includes��a munitions support facilities such as Conventional Ammo Maintenance, Precision Guided Munitions (PGM) Maintenance, Trailer Maintenance, and Administrative Facilities.� The South MSA will have the necessary access roads and culverts wide enough to support typical munitions vehicles and trailers, communication and electrical, fire protection/distribution, water, wastewater utilities for a complete and useable MSA. The estimated magnitude of this project�is between $25,000,000 and $50,000,000 with an anticipated Period of Performance of 480 calendar days from project award. 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.� This acquisition will result in a single FFP contract.� This acquisition will not be set aside for small business.� 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.� It is requested that interested PRIME CONTRACTORS submit�a capabilities package to the Contract Specialist by email to Maria.C.Rodeffer@usace.army.mil.� The capabilities should�include the following information:�� 1.� Your intent to submit a proposal for this project when it is formally advertised. 2. �Name of firm with address, phone, and point of contact. 3. �DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov 4.� Size of Firm (Large or Small), to include category of small business, Service Disabled Veteran Owned Small Business (SDVOSB), and/or Women Owned Small Business (WOSB). 5.� Bonding capability for single contract action in the magnitude of this project/ 6.� Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. The SOC should be no more than two pages in length. 7.� In addition to Statement of Capability, provide answers specifically to the following questions: ��� a.� Has your company performed construction of munitions storage area's? ����� i.� As a prime contractor? ���� ii.� As a subcontractor? ��� iii.� For a commercial entity?��If so, provide details on customer and location. ���� iv.� For a military base? Name of base(s)? ��� b.� Has your company ever: ������ i.� Performed construction in remote location, such as the Middle East? ����� ii.� Performed any projects with the US Army Corps of Engineers? � Place the words �Market Research for W912ER20R0014� on the subject line of your message. Your response is requested by 1600 hours on 30 April 2020
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/33bc22b46b354de78152e64c6c6f84c0/view)
- Place of Performance
- Address: JOR
- Country: JOR
- Country: JOR
- Record
- SN05752262-F 20200812/200810230154 (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 |