Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2005 FBO #1341
SOLICITATION NOTICE

Y -- Design and Construction of Muthanna Bunkers, Iraq

Notice Date
7/27/2005
 
Notice Type
Solicitation Notice
 
NAICS
238190 — Other Foundation, Structure, and Building Exterior Contractors
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-05-R-0023
 
Response Due
9/30/2005
 
Archive Date
11/29/2005
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the purpose of soliciting names of construction firms or joint ventures experienced in working in the Southwestern Asia/Middle East region who are interested in submitting an offer for this project. Construction surety will be required. The estimated cost of construction is between $5,000,000.00 and $10,000,000.00. PROJECT SCOPE: The contract award to be made will be as a firm-fixed-price design-build contract for the design, construction, and installation of physical and electronic security measures to protect and seal two bunkers at the former Muthanna State Establishment in Iraq located northwest of Baghdad. Contractor personnel performing hook-up of Electronic Security System (ESS) and communications equipment and prep aring or having access to either the design or As-Built drawing shall have as a minimum a DOD SECRET security clearance and a minimum of three years experience designing and installing electronic security equipment. The contractor must also provide a mini mum of two years of warranty, maintenance and repair services for all equipment provided and provide a minimum of 2 years satellite communications service. The work shall include preparation of a design and work plans necessary to accomplish this task. C ontractor developed specifications will be required only as necessary to assure the specified construction/quality of construction is provided. Work shall be designed and constructed in accordance with current U.S. and host nation Standards, codes, except as specifically waived and/or otherwise approved by the Contracting Officer. CONTRACT PROCEDURES: Both a price proposal and a technical proposal will be required. The evaluation criteria will consist of pricing and non-pricing (technical) considerat ions. Price will be evaluated on the basis of the completeness and reasonableness of the prices proposed. Completeness of proposed prices will be evaluated by the Government based upon a comparison of the process proposed as compared against the requir ements of the solicitation, scope of work and those costs included in the Governments Independent Government Estimate (IGE). The reasonableness of prices proposed will be evaluated on the basis of a comparison of those priced proposed by the offerors and as contained with the Independent Government Estimate (IGE). Non-pricing factors include offerors Past Performance, Experience, and Management and Technical Capabilities. Non-pricing information will be of approximately equal importance in the selectio n process as pricing information. Offerors are to present non-pricing information that convincingly demonstrates your capability to successfully complete this work by performing (i) quality work (ii) in a safe manner (iii) and expeditious manner. Offero rs are to (iv) specifically identify work that is to be subcontracted and the subcontractors involved. (v) An organizational chart is to be provided that illustrates how this project will be organized and managed as well as (vi) brief information pertaini ng to the qualifications and experience of the key management and staff personnel involved as well as the qualifications and experience of any subcontractor involved in the design and/or installation of electronic security. Offerors should (vii) identify security risks associated with the performance of this work and the mitigating actions that will be taken and by whom. Offerors are to provide information requested as it relates to this particular work. The pricing related areas of interest to the Contr acting Officer are the (i) completeness and (ii) reasonableness of an offerors price proposal as compared to the Governments estimate and the price proposals submitted by other offerors. The Contracting Officer will also (iii) compare the costs proposed against the accompanying non-pricing presentation in order to determine if those proposed costs are reflective of the information being presented. Request for Proposal (RFP) will be issued to prime contractors responding to this notice. Tentative date of issuance is 11 August 2005. Tentative date for receipt of proposals is 9 September 2005. Tentative contract award date is 30 September 2005. Contract award will be made on a firm fixed price basis. Anticipated contract duration is 270 calendar days after receipt of Notice to Proceed. NOTE: Firms interested in receiving this solicitation should send a written request to Mr. Gayle Rouse, US Army Corps of En gineers, Transatlantic Programs Center, either by mail at PO Box 2250, Winchester, VA 22604 or by fax to 540-665-4985 or by e-mail to Gayle.E.Rouse@usace.army.mil.. Not Later Than 10 August 2005. Telephone requests will not be accepted. The request shoul d state the name of the company, mailing and shipping addresses of the firm, telephone and fax numbers, point of contact, e-mail address, if available, and should reference the solicitation number. In accordance with the requirements stated above, all res ponsible sources may submit a proposal for consideration. Point of Contact: Gayle E. Rouse, 540-665-3694. Gayle.E.Rouse@tac01.usace.army.mil. Email your questions to US Army Corps of Engineers  Transatlantic Programs Center at Gayle.E.Rouse@usace.army.mil
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN00856012-W 20050729/050727212336 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.