SOURCES SOUGHT
Y -- MMSC FACILITIES AND INFRASTRUCTURE ROYAL SAUDI NAVAL FORCES (RSNF) SAUDI ARABIA
- Notice Date
- 2/28/2022 7:54:28 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
- W912ER22R0033
- Response Due
- 3/14/2022 1:00:00 PM
- Point of Contact
- Anita M. Ludovici, Phone: 540-542-1587, Kenneth G. Baker, Phone: 540-665-2607
- E-Mail Address
-
anita.m.ludovici@usace.army.mil, kenneth.g.baker@usace.army.mil
(anita.m.ludovici@usace.army.mil, kenneth.g.baker@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� The Transatlantic, Middle East District (TAM) is seeking interest and capabilities of experienced construction contractors capable of performing the work�to construct piers, wharf, fueling, maintenance, operations, and warehousing facilities, and associated site work and utilities necessary to support the Royal Saudi Naval Forces (RSNF) at King Abdulaziz Naval Base (KANB) in Jubail, KSA.� In addition, all construction and other associated efforts shall be done in accordance with local building codes and internationally recognized standards with respect to safety and general construction.� Moreover, the construction contractor will be responsible for reviewing and confirming the site conditions in the topographic, hydrographic, and geotechnical surveys and reports provided. The Contractor shall also perform a pre-construction site investigation with the USACE field staff and RSNF to evaluate and finalize travel routes, site conditions, and any other incidental work to make requirements fully functional in order to provide the Government with a complete construction and warranty for this project. The Contractor is to construct new facilities at KANB as identified below: *� Construct One (1) Wharf and Harbormaster Control Tower and required pavements and infrastructure including connections to� � � existing pavements and utilities. *� Construct Two (2) Piers and required pavements and infrastructure including connections to existing pavements and utilities. *� Construct Maintenance facilities for the ships including the Shiplift, Maintenance Table, MMSC Maintenance Facility, Calibration Lab, Module Test and Repair (MTR) Facility and required pavements and infrastructure including connections to existing pavements and utilities. *� Construct Warehouse facilities for munitions and ship parts storage including the Naval Supply Center (NSC) Warehouse, Ship Repair Facility (SRF) Warehouse, Four (4) Earth Covered Magazines (ECMs) , and HAZMAT Warehouse as well as the required pavements and infrastructure including connections to existing pavements and utilities. *� Construct Fueling System facilities to support fueling/defueling operations including the Fuel Systems Pump House, On/Off Load Facility, Fuel Piping Network, as well as required pavements and infrastructure including connections to existing pavements and utilities. The magnitude of this project is between $250,000,000 and $500,000,000. Interested PRIME CONTRACTORS should submit a capabilities package to BOTH Ms. Anita Ludovici at anita.m.ludovici@usace.army.mil and Mr. Kenneth Baker at kenneth.g.baker@usace.army.mil.��The package should include the following:�� 1.� � Your intent to submit a proposal for this project when it is formally advertised. 2.�� �Name of firm with address, phone, email address and point(s) of contact. 3.�� �DUNS/CAGE code, registered in System for Award Management (SAM) at www.sam.gov 4.�� �Size of Firm (Large or Small). 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 similar scope, size and nature as the above? i.�� �As a prime contractor? ii.�� �As a subcontractor? iii.� �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?��If so,�provide Contract Numbers and brief description of project. Place the words �Market Research for W912ER22R0033 and Company Name� on the subject line of your message. Upon review of industry response to this sources sought notice, the�Government will determine what acquisition strategy is in the Government's best interest. �The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research. All information submitted will be held in a confidential manner and will only be used for the purpose intended.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ebaaf4ce92704bd188d870fc5b772a64/view)
- Record
- SN06252988-F 20220302/220228230103 (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 |