Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2021 SAM #7145
SOURCES SOUGHT

Y -- Joint Task Force, Joint Operations Center, Kingdom of Jordan

Notice Date
6/22/2021 9:08:11 AM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER21R0036
 
Response Due
6/28/2021 7:00:00 AM
 
Archive Date
07/13/2021
 
Point of Contact
Christina R.W. Loy
 
E-Mail Address
christina.w.loy@usace.army.mil
(christina.w.loy@usace.army.mil)
 
Description
1. ��AGENCY: United States Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) 2. ��PSC Y1JZ: Construction of Miscellaneous buildings; NAICS 238990: Commercial and Institutional Building Construction 3. ��PLACE OF PERFORMANCE: King Abdullah II Air Base (KA2AB), Kingdom of Jordan 4. ��ACQUISITION INFORMATION:� USACE TAM anticipates soliciting and awarding a Two Phase Design Build Construction Contract to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts.� No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Magnitude of Construction: The estimated magnitude of this Construction project is between $1,000,000 and $5,000,000. Performance Period: �The anticipated period of performance is estimated at 270 days after issuance of the Notice to Proceed. � 5. PROJECT DESCRIPTION:� �USACE TAM is seeking information regarding capability and availability of potential contractors to design and construct one (1) Pre-Engineered Metal Building (PEMB), with overall dimensions of 100 feet long x 100 feet wide with a 15 feet wide x 53 feet long extension. The PEMB shall have a roof slope of 2:12. The eave height of the building shall be 22 feet. The building will be built out in the interior with Offices, latrines, and a raised stadium flooring auditorium room. The building will also require HVAC, electrical, and other utilities. The final complete structure shall provide a dust-free and moisture-free environment when the doors are closed under all weather conditions. The moisture-free environment shall be achieved without any additional tarps or rain flies. All design, material, means and methods shall be in accordance with the latest editions of the British Standard BS7671, International Building Code (IBC), National Electric Code (NEC), International Electric Code Series (IECS), International Plumbing Code (IPC), Whole Building Design Guidance (WBDG) and Unified Facilities Criteria (UFC) 1-201-01, 4-010-01, and 4-010-2. Note that this specification subordinates the entirety of UFC. ��Sustainable principles, to include Life Cycle cost-effective practices, shall be integrated into the design, development and construction of the project in accordance with UFC 1-201-01. This project shall comply with DoD Antiterrorism/force protection requirements per UFC 4-010-01�� Where conflict exists between UFC 1-201-01 and other project specification, the more conservative criteria shall govern. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform design-build contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. �The Government must ensure there is adequate competition among potential pool of responsible contractors. � 7. RESPONSES: Interested offerors are requested submit a statement of capability describing their knowledge, skills, experience and the requirements necessary to execute the scope of work. In addition, provide responses to the following: Place the words �Market Research for W912ER21R00036� on the subject line of your message. The statement of capabilities 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. �Submission of capabilities statement is not a prerequisite to any potential future offerings, but participation will assist USACE 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. 8. SUBMISSIONS: �In response to this sources sought, please submit the statement of capabilities along with other documents (e.g., bonding information) relative to the firm�s capabilities.� Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information. Capability Statements should include: Firm�s Name, address(es), English speaking point of contact, phone number and e-mail address; Firm�s size (Large or Small) Firm�s experience in performing construction activities in the Kingdom of Jordan and at KA2AB, as well as experience with KA2AB access procedures; Firm�s capability and capacity to perform contract(s) of this magnitude and complexity including in-house capability to execute design and construction, or established relationship with a design firm to perform technical designs.� Provide examples of projects of similar magnitude previously performed within the last 6 years. If any of these projects were with USACE, provide contract numbers and a brief description of the project; Bonding capacity: Firm�s bonding capability (construction bonding level per contract and aggregate construction bonding level), both expressed in dollars from a Surety listed on the Treasury Circular 570. Is the Circular 570 listed Surety willing to bond 100% value of the construction project in Jordan? If answering �No�, please list reason provided. Is the Circular 570 listed Surety willing to bond a reduced percentage of the value of the construction project in Jordan (Please respond �Yes� or �No�)? If responding �Yes�, provide percentage (10%, 15%, 25%, 30%, etc)? If the Circular 570 listed Surety is unable to provide bonding, are you able to provide other acceptable sureties for this project in accordance with FAR Clause 52.228-15? If so, please describe the sureties. Provide a statement of firms bonding or surety consisting of the following information: Name of Surety, including contact information, type of security available (i.e. Payment, Performance Bonds, Letter of Credit, Bank Letter of Guarantee), Construction bonding level per contract, and aggregate construction bonding available. Please list the corresponding customers the projects were previously performed for; Firm�s Joint Venture information or Teaming Arrangements; Include DUNS/Cage Code or System for Award Management (SAM) information/registration, if available 9. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD:� Should the acquisition proceed, USACE anticipates posting the solicitation in July 2021 and award of the contract in September 2021. The Government�s intent is to issue a solicitation using a Best Value � Trade-Off criteria to award a firm fixed priced contract under this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb08c31865ec476fa16216b678062590/view)
 
Place of Performance
Address: JOR
Country: JOR
 
Record
SN06039319-F 20210624/210623205100 (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.