SOLICITATION NOTICE
Y -- Construction Contract for the design, renovation and construction services for multiple facilities in Israel at various sites.
- Notice Date
- 11/16/2010
- Notice Type
- Presolicitation
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-11-R-0016
- Response Due
- 12/1/2010
- Archive Date
- 1/30/2011
- Point of Contact
- Barbara Byam, +49 61197442615
- E-Mail Address
-
USACE District, Europe
(barbara.v.byam@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This solicitation is restricted to U.S. firms only in accordance with 41 U.S.C. 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in this solicitation must be U.S. firms or U.S. joint-ventures. This Pre-Solicitation Notice provides U.S. Army Corps of Engineers, Europe District intent to award one (1) Firm Fixed Price (FFP) Construction Contract for the design, renovation and construction services for multiple facilities in Israel at various sites listed below: Tira Project - Design Build of various facilities to include, construction of multiple new storage warehouses, Expansion of a dining facility by adding a 2nd Floor on a new construction system (pillars and beams) and not connected to the existing facility, and other associated site infrastructure work at a camp near Tirat-Hacarmel, Israel. The type of works include: all initial works as shown in the mobilization plan, earthworks, the foundations, foundation beams, a concrete floors-slab, masonry walls, concrete ribs roofs, beams and bond-beams, waterproofing works and finishing works such as: joinery, metal works, aluminum works, plastering, flooring, painting, sanitary appliances, electrical works, communication works, air conditioning, landscaping, paving and outdoors infrastructure as well as all that is detailed in the solicitations docs. Site 1606 Demolishing of 4 existing piers and Construction of 2 new piers and associated site infrastructure. Design Build of a 2 story workshop facility and Design Build of a facility with Office Space, Cleaning facilities and Paint Facility and all associated site infrastructure all located in the area of Ashdod Port, Israel. The type of works include: all initial works as shown in the mobilization plan, earthworks, the foundations, foundation beams, a concrete floors-slab, masonry walls, concrete ribs roofs, beams and bond-beams, waterproofing works and finishing works such as: joinery, metal works, aluminum works, plastering, flooring, painting, sanitary appliances, electrical works, communication works, air conditioning, landscaping, paving and outdoors infrastructure as well as all that is detailed in the solicitations docs. This project requires a contractor experienced in marine works. Site 1404 Construction of 2 new stories on an existing building and the renovation of 5 existing stories of a building and other associated site infrastructure work at a site located in the central area of Israel. The type of works include: all initial works as shown in the mobilization plan, earthworks, the foundations, foundation beams, a concrete floors-slab, masonry walls, concrete ribs roofs, beams and bond-beams, waterproofing works and finishing works such as: joinery, metal works, aluminum works, plastering, flooring, painting, sanitary appliances, electrical works, communication works, air conditioning, landscaping, paving and outdoors infrastructure as well as all that is detailed in the solicitations docs. The Government will evaluate and select, for contract award, one (1) qualified Offeror, whose Proposal is determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. The project will be funded by Foreign Military Sales (FMS). All Off Shore Procurement (OSP) and Balance of Payment (BOP) Act Restrictions are applicable. Reference shall be made in the solicitation to the U.S. Government International Balance of Payments Program (IBOP) and to U.S. Government policies concerning OSP, including Federal Acquisition Regulation (FAR) Part 25 and Department of Defense FAR Supplement (DFARS), Part 225. The contract will be awarded only to U.S. Firms and paid only in U.S. ($) dollars pursuant to 22 U.S.C. 2791(c). Any joint venture agreement must be between U.S. Firms. A waiver of OSP requirements will not be available and accordingly, at least 51% of the dollar value of the contract (exclusive of the cost of bulk materials, and other items that the FAR and DFARS exclude from Buy American considerations) must be of U.S. origin. In addition, notwithstanding the status of Israel as a designated country under IBOP, no Israeli content will be allowed on this contract except bulk materials (such as sand, gravel, or other soil material, plant materials, stone, cement or cement products, concrete masonry units or fired brick and other materials as listed in the OSP worksheet), materials described in the Direction on Israeli Content - Other Bulk Items and other items specifically authorized for purchase in Israel either in the contract specifications or by express written authorization of the Contracting Officer. Labor to deliver and install bulk or other exempted materials is likewise allowed to be Israeli content. The estimated magnitude of construction is between $10,000,000 and $25,000,000. The contract duration is 730 calendar days. This is an unrestricted procurement. The North American Industrial Classification System Code (NAICS) is 236210. The US Army Corps of Engineers, Germany will be the procuring office. The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offerors sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Information will not be available through the Federal Technical Data Solutions (FedTeDS). Prospective Offerors must provide all information necessary to receive posting notifications. The solicitation will be issued on or about 07 December 2010. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. Offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Contracting Point of Contact for this Solicitation is Ms. Barbara Byam/ Barbara.V.Byam@usace.army.mil Tel: +49 (0)611 9744-2615. The Alternate Contracting Point of Contact is Ms. Marilyn Jackson/ Marilyn.Jackson@usace.army.mil Tel: +49 (0)611 9744-2660. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0016/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN02328421-W 20101118/101116234504-480e7807625a86b10c47562fc20d0b5c (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 |