Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2023 SAM #7921
SOLICITATION NOTICE

Y -- Life Support Area, Israel

Notice Date
8/3/2023 1:18:44 AM
 
Notice Type
Presolicitation
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB22R0023
 
Response Due
9/15/2022 3:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Robert E. Corkrum, Phone: 4961197442543, LTC Christian Solinsky
 
E-Mail Address
robert.e.corkrum@usace.army.mil, Christian.Solinsky@usace.army.mil
(robert.e.corkrum@usace.army.mil, Christian.Solinsky@usace.army.mil)
 
Description
Pre-Solicitation Notice for Design-Bid-Build Construction for Site Life Support Area (LSA) in Israel for USACE Europe District W912GB22R0023 Military Construction (MILCON) Program ONLY FIRMS THAT ARE FROM THE UNITED STATES OR ISRAEL, OR ARE A JOINT VENTURE OF ONLY US AND ISRAELI FIRMS ARE ELIGIBLE FOR AWARD. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: �236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Israel 4. ACQUISITION INFORMATION:� NAU anticipates soliciting and awarding one 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 Pre-Solicitation Notice or any follow up information requests. 5. CONTRACT MAGNITUDE: In accordance with DFARS 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is between $25,000,000 and $100,000,000. 6. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US or Israel, or a joint venture made up only of US and Israeli firms capable of executing a construction project in the South of Israel. This procurement is to construct a Life Support Area which provides non-permanent facilities. Work will include construction to provide billeting, dining, administrative, maintenance, storage, and support facilities and the associated utilities. Utilities will include commercial power with back-up power generation and fuel storage, power distribution, water storage and distribution, and sewer collection. Support facilities will include anti-terrorism measures, site development, temporary and permanent fencing, utilities and connections, lightning protection as needed, lighting, paving, parking, walks, storm drainage, information systems, curbs and gutters, signage, and site improvements. Heating systems will be installed into each facility. General site clearance, grading and site preparation are also included in this task. Full design drawings and specifications are provided with facility construction dimensions, materials, and details. The project construction is divided in two phases. The potential acquisition includes: Phase 1: Ready Building � approx. area: 6,649 SF Communications Concrete Pad - approx. area: 11,500 SF (Infrastructure not included in this Scope of Work) Guardbooth - approx. area: 100 SF Electric Substation � approx. area: 200 SF Generator Canopy: 700 SF Phase 2: Vehicle Storage Facility w/ canopies - approx. area: 5,500SF HAZMAT Storage Facility - approx. area: 200 SF PW Maintenance Facility - approx. area: 5,577 SF Wastewater Treatment Facility - approx. area: 3,000 SF 2 Barracks � total approx. area: 29,950 SF Community Activity Center - approx. area: 5,590 SF Dining Facility with Picnic Shelter - approx. area: 6,852 SF The project also includes site-development (sidewalks and water culverts), parking spaces,�roads and junctions. Estimated scope area is about 10,000 SF. This project includes demolition of multiple small buildings: Estimated demolition area is about 1,890 SF. Construction measures in accordance with the Host Nation Technical Requirements (HNTRs), the Standards Institution of Israel, USACE Specifications, project specifications and drawings will be provided through the Solicitation process. 7. KEY REQUIREMENTS: A. Interested Contractors must be verified contractors of the United States or Israel or a joint venture made up only of US and Israeli firms. Personnel working on the project are limited to either Israeli or US citizens. B. Primary disciplines � Structural/Architectural: Large-scale operation and maintenance facility requiring substantial amount of steel and concrete works. � Civil: Project site requires a high volume of earth cut work and significant road and taxiway works to include gravel and providing suitable off-site fill materials. � Mechanical/Electrical: Large-scale operation and maintenance facility containing administrative and technical support buildings, and taxiway lighting. 8. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions to contractors of the United States or Israel or a joint venture made up only of US and Israeli firms only. In accordance with FAR Part 19, all socioeconomic program considerations do not apply due to the project location being OCONUS. MILITARY CONSTRUCTION: The majority of work will be administered under Military Construction (MILCON), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. 9. ANTICIPATED SOLICITATION RELEASE DATE & AWARD DATE: The Government anticipates releasing the solicitation in September 2022. The Government intends to have proposals due (60 calendar days after solicitation due date) and award the contracts in the January 2023 timeframe. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is issued. 10. INTERESTED VENDORS: In order to receive the solicitation, interested and eligible firms shall submit their company name, CAGE code and Unique Entity Identity number form SAM.gov, mailing address and telephone, and e-mail address of two English speaking contacts via email by 15 September 2022 at 1200 hrs, to Contract Specialist Rob Corkrum at Robert.e.corkrum@usace.army.mil and Contracting Officer Christian Solinsky at Christian.solinsky@usace.army.mil . 11. SITE VISIT & PRE-PROPOSAL CONFERENCE: A Site visit and pre-proposal conference are tentatively scheduled for the week of 17 October 2022. The intent is to hold the pre-proposal conference one day, 18 October, and the site visit the next day. In order to attend, firms MUST submit the Site Visit Attendee worksheet by 15 September 2022 at 1200hrs, to Contract Specialist Robert Corkrum at Robert.e.corkrum@usace.army.mil and Contracting Officer Christian Solinsky at Christian.solinsky@usace.army.mil . 12. SOLICITATION DISTRUBUTION: Solicitation documents will be sent directly to verified, U.S. or Israel, or a joint venture made up only of US and Israeli firms, eligible contractors via the DoD SAFE website https://safe.apps.mil/ when they are available. No solicitation documents will be posted to SAM.gov or any other Government website or sent via email. 13. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Rob Corkrum at Robert.e.corkrum@usace.army.mil and Contracting Officer Christian Solinsky at Christian.solinsky@usace.army.mil. NOTICE TO OFFERORS: The Government reserves the right to cancel the solicitation, either before or after proposal opening with no obligation to the offeror by the government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c8ad2fe167434f61a968fe5991f37149/view)
 
Place of Performance
Address: ISR
Country: ISR
 
Record
SN06775442-F 20230805/230803230051 (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.