Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

99 -- Construction of P-964 Shore to Ship Utilities, Bahrain

Notice Date
10/16/2020 7:04:58 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
W912ER21R0001
 
Response Due
4/28/2020 11:00:00 AM
 
Archive Date
05/13/2020
 
Point of Contact
jeffrey Walker, Andrea Greene
 
E-Mail Address
jeffrey.a.walker@usace.army.mil, andrea.l.greene@usace.army.mil
(jeffrey.a.walker@usace.army.mil, andrea.l.greene@usace.army.mil)
 
Description
**This is a SOURCES SOUGHT NOTICE and is not a solicitation announcement** Subject:� Construction of P-964 Shore to Ship Utilities, Kingdom of Bahrain Response Date:� April 28, 2020 Set Aside:� N/A Contracting Office:� US Army Corps of Engineers � Transatlantic�Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 NAICS Code:� 236220�� Classification Code:� Commercial and Institutional Building Construction THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. 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. SYNOPSIS:� The U.S. Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) is conducting market research to identify businesses which have the capability to perform the following construction work in the Kingdom of Bahrain: Provide design-bid-build construction of P-964 Shore to Ship Utilities, at Naval Support Activity Waterfront (NSA II) in the Kingdom of Bahrain.� The project consists of construction of adequately sized and efficiently configured shore-to-ship based utility systems on NSA Waterfront.� These dedicated shore-to-ship based utility systems will service compatible homeported, forward deployed, rotationally deployed, and visiting U.S. ships on extended leave at NSA Bahrain. Construction activities also include hotel service stations along the waterfront for shore-to-ship utility connections, an electrical distribution system, pad mounted switchgear and frequency converters along the waterfront to provide shore-to-ship electrical utility services for ship connections, a single story addition to the existing Consolidated Utility Building which will provide space for the addition of a third reverse osmosis plant and chemical storage, and a single story high-bay storage facility for the utility system consisting of open storage with racks for the efficient storage of power cable spools, piping, hoses, tools and equipment. Architectural systems include concrete masonry unit (CMU) walls, standing seam metal roof, insulated metal panel siding, overhead doors, translucent panels for daylighting. Paving and site improvements include bases and sub-bases, pavement, roadways, equipment pads for frequency converters and generator, screen walls around the backup generator, equipment sunshades over the frequency converters and an above ground fuel tank.� Electrical utilities include automatic transfer switch with weather enclosure, transformers, diesel backup generator with fuel storage, telecommunications and advance metering. Mechanical utilities will include potable water distribution system, reverse osmosis package water treatment skid, sanitary sewer distribution systems with pump stations, industrial waste ship hotel connections and advanced metering.� This project also includes selective demolition within the existing consolidated utility building. This requirement is assigned a North American Industry Classification System (NAICS) code of 236220. It is anticipated that a solicitation announcement will be published on beta.sam.gov within the next several months. The Government anticipates awarding a resultant single firm fixed-price contract. MAGNITUDE OF CONSTRUCTION:� The estimated magnitude of this project is between $25,000,000.00 and $100,000,000.00. ADDITIONAL INFORMATION:�� Performance and payment bonds will be required and sufficient to cover the stated estimated annual maximum contract value, which will be stated in the Request for Proposal (RFP). The awardee contractor must be licensed to perform construction in Bahrain. CAPABILITIES STATEMENT SUBMISSION:� This is a Sources Sought for qualified prime contractor firms only.� All interested firms are encouraged to respond to this announcement no later than April 28, 2020, 2:00 PM EST, by submitting all requested documentation via email to the points of contact as listed. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed.� Packages should include the following format and information.�� (1) Eligible business concern's name, point of contact name, CAGE Code, DUNS number and Tax ID Business name, address, email and phone number, and business size under NAICS 236220. (2)� Maximum amount in U.S. dollars of performance and payment bonds capacity. (3) Demonstration of the firm's experience as a prime contractor on projects of similar size, type and complexity within the past five years. List actual projects completed and include project title and location, a brief description of the project to include dollar amount of the project and work that was self-performed.� Projects listed should be within the Central Command Area of Operation (CENTCOM AOR) which includes Afghanistan, Bahrain, Egypt, Iran, Iraq, Jordan, Kazakhstan, Kuwait, Kyrgyzstan, Lebanon, Oman, Pakistan, Qatar, Saudi Arabia, Syria, Tajikistan, Turkmenistan, United Arab Emirates, Uzbekistan, and Yemen. (4) MS Word or Adobe Portable Document Format (PDF). Submission should not exceed 7 total single-spaced pages using a 12-point font size at a minimum, that clearly details the ability to perform and that addresses the specific requirements described above. All proprietary information should be marked as such. Responses will be reviewed only by U.S. Army Corps of Engineers personnel and will be held in a confidential manner. (5) All capability statements sent in response to this Sources Sought notice must be submitted electronically (via email) to jeffrey.a.walker@usace.army.mil and toandrea.l.greene@usace.army.mil. �The Subject line and File name must state �Your Company Name-CAPABILITY STATEMENT- P-964 Shore to Ship Utilities, Bahrain�.� For example: ABC Construction-Capability Statement - P-964 Shore to Ship Utilities, Bahrain. (6) System for Award Management (SAM), as required by FAR 4.1102 and 4.1201, will apply to this procurement. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/SAM/ to include on information how to obtain CAGE code and DUNS number. NOTE: �This Source Sought is for market research purposes only and is not a Request for Proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e69657dd8f5f4120b212c124fd6b8226/view)
 
Place of Performance
Address: BHR
Country: BHR
 
Record
SN05829953-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.