Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2010 FBO #3296
SOLICITATION NOTICE

Y -- Shoothouse Training Facility, Halban City, Sultanate of Oman

Notice Date
12/1/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-11-R-0019
 
Response Due
2/1/2011
 
Archive Date
4/2/2011
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
USACE Middle East District
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the purpose of soliciting names of prime construction contractors interested in submitting a proposal for providing Construction services for the following: The work at Halban City, Sultanate of Oman consists of a Shoot House training facility with the base building constructed of concrete walls and the canopy structure of pre-engineered steel construction. The facility walls will constructed of reinforced 4000 psi concrete. The interior and exterior walls will be designed and constructed to a minimum height of 3.048 meters. Live fire will not be permitted during construction. Wall thicknesses will be kept to a minimum amount required to provide ballistic and structural support. The interior walls shall be covered with rubberized ballistic material to eliminate ricochets and encapsulate the bullets, bullet fragments and other fragmentary material. Floors will be constructed of 6" thick, 3000 psi concrete. The contractor will conduct appropriate geologic/soils testing as required to ensure facility structural integrity. The contractor will provide and install ceiling fans to be hung from the roof in order to provide ventilation capability for the interior rooms. The roof shall be an "open roof", leaving a gap between the walls and the roof system. Both gable ends of the canopy roof shall be louvered to provide passive exhaust evacuation. An onsite lay-down area will be provided for the duration of the construction. The site plan and facility lay-down area must be approved by the Contracting Officer or a duly authorized representative prior to construction of the new facility. The Shoot House facility site will be approximately 10m (L) x 20m (W). The Shoot House training area will be live-fire capable up to 7.62 mm ammunition. Design and construct the Shoot House with a galvanized steel roof supported by steel trusses in order to protect the facility from the elements. The Shoot House interior space will be comprised of a series of rooms as indicated on the concept floor plan. The hallway will be of approximately the same width of standard/average Omani hotel or civilian building. Construct and install a metal "catwalk" with guardrail in order to allow observers and trainers to safely observe training from overhead. The "catwalk" will be suspended from the roof structure, not supported by the ballistic walls. Provide overhead interior lighting to enable the safe use during hours of darkness and limited visibility. All light fixtures will be of sufficient height above the facility and encased in steel or wire mesh to protect fixtures from bullets, fragments, or other debris impact and mitigate the risk to users from broken glass/fixtures. Interior lighting will be controlled from at least one exterior switch or switch box and be housed in a securable container to prevent unauthorized use of the lighting system. The contractor will provide power and lighting in the shoot house (50 HZ, three phased power is available within 35m of the proposed site). Optional items include Portable Infantry Target System, portable bullet traps to support targets and communication conduit to support future installation of video recording and viewing equipment. Government Furnished/Contractor Installed (GFCI) Equipment: There is no GFCI equipment associated with this project. The contractor will provide all labor, equipment and material to design and construct the Shoothouse for the entire duration of the project. The work requires construction to provide fully functional facilities. The expected period of performance is 270 calendar days. The magnitude of this construction project is between $1M and $5M. Exercise Related Construction (ERC) are funds presently not available for this acquisition. As a result, the Solicitation will be released with award of a contract contingent on availability of funds. No contract award will be made until appropriated funds are made available. The solicitation will be issued to "Prime Construction Contractors" only and at no cost. The solicitation will not be provided to subcontractors, suppliers, vendors or plan houses; therefore, requests from other than Prime Construction Contractors will not be honored. Firms requesting the solicitation will be checked to verify they are Prime Construction Contractors. 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 Lowest Priced Technically Acceptable (LPTA) proposal. Complete evaluation criteria will be conveyed within the RFP. The acquisition will result in a single firm fixed price contract awarded based on LPTA determination. An organized Site Visit will be conducted, with attendance not mandatory but is highly encouraged for a better understanding of the overall project and aiding in proposal preparation. The Site Visit date and time that will be established is subject to change at any time due to Base Operations. To gain entry to the site, preliminary requirements must be met; therefore, it is of utmost importance that each interested offeror contact the Point of Contact (POC) designated for the Site Visit as soon as possible to allow sufficient time to coordinate and meet Site Visit requirements. The POC for the Site Visit follows: Mr. Ted Upson, Construction Manager, US Army Corps of Engineers, Middle East District, Telephones: (1) Commercial 540-665-4062; E-Mail: Edward.O.Upson@usace.army.mil. Requests for a Site Visit shall be from Prime Construction Contractors only who meet the requirements stated above. Requests from other than Prime Construction Contractors will not be honored. The tentative date for issuance of the RFP is on or about 30 December 2010. Firms interested in receiving this solicitation should send an electronic request to the following individual: Robyn.Ratchford@usace.army.mil or fax (540-665-4033). The request must state "all" of the following: (1) The Complete Name of the Firm, (2) Mailing and Shipping addresses of the firm, (3) Name of Firm's POC; (4) Telephone and FAX numbers for each POC named; (5) E-Mail address for each POC named; and (6) Reference the solicitation number. All responsible sources may submit a proposal, which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0019/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02336156-W 20101203/101201234217-f0fe6f53654054dc933b843c35448aba (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.