Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOLICITATION NOTICE

Y -- Design/Bid/Build Waterfront Development Program, U.S. Naval Support Activity, Bahrain

Notice Date
1/21/2009
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Transatlantic Programs Center, US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-09-R-0030
 
Response Due
4/27/2009
 
Archive Date
6/26/2009
 
Point of Contact
Robyn Ratchford, 540-665-3676<br />
 
Small Business Set-Aside
N/A
 
Description
Description This announcement is for the purpose of soliciting names of construction contractors interested in submitting a proposal for providing Design/Bid/Build construction services for a Waterfront Development Program at the US Naval Support Activity, Bahrain, consisting of the following: (1) P-925, Waterfront Development, Phase I; and (2) P-926, Naval Special Warfare Unit (NSWU) Waterfront Special Operations Facility for the Naval Support Activity (NAVSUPPACT) in Bahrain. Estimated Magnitude of Construction: $25 - $100 Million. US Army Corps of Engineers, Transatlantic Programs Center (CETAC), will design the facilities and award a Firm Fixed Price (FFP) contract for the construction of the facilities, which require synchronized construction, as they are all related. The scope of Design/Bid/Build construction includes, but is not limited to, the following: (1) P-925, Waterfront Development, Phase I: The project is the initial development of a 70 acre leased site into a Waterfront facility for and adjacent to the US NAVSUPPACT, to include Site Utility and Communication Infrastructure, Consolidated Utility Building, Perimeter Security, and Electronic Security Systems (ESS). Other site improvements include Pump Building, guard posts, roads, sidewalks, and parking. (2) P-926, NSWU Waterfront Special Operations Facility (SOF): This is for construction of an Operations and Maintenance Building, consisting of multi-story, steel frame, concrete masonry building supported on pile foundations, concrete slab-on-grade, concrete roof with insulation, associated utilities, fire protection, intrusion detection system, local area network, and heating/ventilation/ air conditioning. The expected contract duration is 608 calendar days. Military Construction (MILCON) appropriated funds are presently not available for this acquisition. No contract award will be made until appropriated funds are made available. All contractors shall be licensed to do business in the Kingdom of Bahrain or demonstrate the ability to be licensed at contract award and will comply with the laws and regulations of the Kingdom of Bahrain. The solicitation will be issued to prime construction contractors at no cost. The solicitation will not be provided to subcontractors, suppliers, vendors or plan houses. The solicitation will not be available over the internet. The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Best Value Trade-Off Process Source Selection analysis of all proposals. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. The RFP will contain DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms. This provision states, in part, that military construction contracts funded by a military construction appropriation that are estimated to exceed $1,000,000 and are to be performed in countries bordering the Arabian Gulf shall be awarded only to US firms, unless, the lowest responsive and responsible offer of a US firm exceeds the lowest responsive and responsible offer of a foreign firm by more than twenty percent (20%). Offers from firms that do not qualify as United States firms will be evaluated by adding 20% to the offer. To be considered a U.S. firm, the firm must: (1) be incorporated and have its corporate headquarters in the U.S.; (2) have filed corporate and employment tax returns in the U.S. for a minimum of two years (if required) and have filed State and Federal income tax returns (if required) for two years; (3) have paid any applicable taxes determined to be due as a result of such filings; (4) and employ U.S. citizens in key management positions. Joint Venture (JV) arrangements are allowed so long as the Government can classify the JV as a U.S. entity. For a JV to be considered a U.S. entity, the U.S. firm must be the controlling partner, with at least 51% vested financial interest in the JV. An organized site visit will be conducted. Detailed information on the time and location of the site visit will be provided in the RFP. Site visit attendance is limited to two (2) people per firm. Attendance is not mandatory. The site visit date is subject to change at any time due to Base Operations. To gain entry to NAVSUPPACT Bahrain, a Common Access Card (CAC) is required or a pre-arranged Base Pass is required. Site visit attendees who do not have a CAC must provide the following: (a) Contractors must complete Base Access Form; copy of passport to include page showing photo with biographical data and page showing visa entry stamp); and any required fees. (b) Bahrain Contractors completed Base Access form; copy of residency card; and any required fees. U.S. Contractors should contact the Embassy of Bahrain in Washington, DC to obtain an entry visa. The Base Access Form and instructions on submitting the form will be provided in the RFP or by email prior to issuance of the RFP. The tentative date for issuance of RFP Number W912ER-09-R-0030 is February 23, 2009. The site visit is tentatively scheduled for 24 March 2009. The tentative date for receipt of proposals is scheduled for April 27, 2009. Tentative date to award the contract is May 26, 2009. Site access will be available approximately 5 business days after issuance of contract. Firms interested in receiving this solicitation should send a written request, Attention Nancy R. Aronhalt, to the address listed above, via e-mail (preferred) (Nancy.R.Aronhalt@usace.army.mil and Robyn.Ratchford@usace.army.mil), or fax (540-665-4033). The request MUST STATE THE FOLLOWING: (1) the name of the company; (2), mailing and shipping addresses of the firm; (3) telephone and fax numbers; (4) Point of Contact; and (5) reference the solicitation number. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside, yet in evaluating an offerors small business subcontracting, the Government shall give greater weight to offerors plans that reasonably propose the greatest use of small business subcontracting as defined in FAR 19.705-4. Points of Contact Nancy R. Aronhalt, 540-665-3686 and Robyn Ratchford, 540-665-3676. Email your questions to US Army Corps of Engineers - Transatlantic Programs Center: Nancy.R.Aronhalt@usace.army.mil & Robyn.Ratchford@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8666e77b0ad6884fc5766933822dbf7&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
Zip Code: 22604-1450<br />
 
Record
SN01735563-W 20090123/090121215514-e8666e77b0ad6884fc5766933822dbf7 (fbodaily.com)
 
Source
FedBizOpps 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.