SOLICITATION NOTICE
Y -- Department of State LZ Fernandez Miscellaneous Upgrades
- Notice Date
- 6/12/2009
- 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-0065
- Response Due
- 6/26/2009
- Archive Date
- 8/25/2009
- Point of Contact
- Michelle Pearman, 540-665-3673<br />
- E-Mail Address
-
US Army Corps Of Engineers - Transatlantic Programs Center
(michelle.r.pearman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineer (COE) Transatlantic Programs Center intends to solicit names of construction firms or joint ventures experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. To be considered a construction firm, the firm must perform construction as a significant portion of its business. Defense Base Act Insurance and Construction surety will be required. The estimated cost of the design/build construction is between $5,000,000 to $10,000,000. PROJECT SCOPE: This project provides for the design and construction for an Air Traffic Control Tower, two (2) Common Access Control Points (CAC), Parking for two (2) Fuelers and two (2) High Mobility Tactical Trucks (HMTTs), a Perimeter Wall with five (5) watch towers, and a refueling station for the fuelers. The Air Traffic Control Tower (ATC) will utilize previous TAC tower designs as a guide. Windows in the ATC Cab shall be designed in accordance with the U.S. Air Force Air Traffic Control Tower and Radar Approach Control Facility Design Guide and the U.S. Federal Aviation Administration (FAA) Order 6480 7c. The tower will be a minimum of seven levels high, including the prefabricated ATC Cab (Level 7). The two Guard Houses, to be used as Common Access Control Points (CACs) will control vehicular access to the LZ Fernandez project location at the NEC. A perimeter wall will be designed to follow the LZ Fernandez project site. Five (5) watch towers, one at each corner and with lights and closed circuit cameras, will be included. The perimeter wall will incorporate a Jersey Barrier, embedded 3 in the ground, and will contain 2M of earth backfill and an exterior facing Alaska Barrier with razor wire on the top. The Alaska Barrier will extend in height 2.75M.Parking for two (2) High Mobility Tactical Trucks (HMTTs) and two (2) re-fuelers will be provided. The project location is at LZ Fernandez, New Embassy Compound (NEC), International Zone (IZ), Baghdad, GRC, Iraq. CONTRACT PROCEDURES: Award of a contract shall be made using Best Value method and will be made to the responsible offeror whose overall proposal is determined to be the most advantageous to the Government. Pricing aspects shall have approximately equal weight in the selection process as the non-pricing aspects of any proposal. Each proposal shall be evaluated against the solicitation Request for Proposal (RFP). In evaluating proposals, the Government will consider the following three non-pricing evaluation factors: Management and Technical, Experience and Past Performance. (Price shall also be considered as described above.) Each of these three non-pricing evaluation factors will have approximately equal weight with one another in the selection process. The Government intends to award a contract without discussions but reserves the right to hold discussions if the Government determines that to do so would be in its best interests. The solicitation (tender) will be available on or about 08 July 2009. Tentative date for receipt of proposals is 11 August 2009. Tentative contract award date is 30 September 2009. Contract award will be made on a firm fixed-price contract. The anticipated contract duration is 270 calendar days from receipt of Notice to Proceed. Firms interested in receiving this solicitation should send a written request to US Army Corps of Engineers, Transatlantic Programs Center, Mrs. Michelle Pearman, PO Box 2250, Winchester, VA 22604, michelle.r.pearman@usace.army.mil and US Army Corps of Engineers, Transatlantic Programs Center, Mrs. Pam Gillum, PO Box 2250, Winchester, VA 22604, Pamela.D.Gillum@usace.army.mil or by fax to 540-665-4985. Telephone requests will not be accepted. The request should state the name of the company, mailing and shipping address 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 responsible sources may submit a proposal for consideration.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-09-R-0065/listing.html)
- Place of Performance
- Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
- Zip Code: 22604-1450<br />
- Zip Code: 22604-1450<br />
- Record
- SN01843715-W 20090614/090612235736-d2c1a0d7da1c43eacad8b953ec484b6b (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 |