SOURCES SOUGHT
Y -- Annex addition US Embassy compound, Juba, South Sudan - Souces Sough
- Notice Date
- 8/23/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Agency for International Development, Overseas Missions, Sudan USAID-Sudan, American Embassy, Unit 63900, APO, 09829-3900
- ZIP Code
- 09829-3900
- Solicitation Number
- SS12C001
- Archive Date
- 10/15/2012
- Point of Contact
- Dennis M. Fuentes, Phone: 2022166279
- E-Mail Address
-
dfuentes@usaid.gov
(dfuentes@usaid.gov)
- Small Business Set-Aside
- N/A
- Description
- Souces Sought Y--Design / Build Construction Contract, Annex up grade US Embassy compound, Juba, South Sudan. This is a Sources Sought Synopsis only. This is not a solicitation announcement and there are no Request for Proposal (RFP) documents to download. This synopsis is a market research tool being utilized to determine the availability of qualified Business sources prior to issuing an RFP. The Government is seeking qualified Business, and/or Small Business (SB) sources that are certified by the Small Business Administration (SBA) relative to NAICS classification 236220 Industrial Building Construction. The applicable size standard is $33.5 M, average annual gross receipts for the preceding three fiscal years. Responses to this sources sought synopsis will be used to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, and if the Government plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities. Responses to this sources sought are not an adequate response to the solicitation announcement. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The general scope of this requirement is a Firm-Fixed Price (FFP) Design / Build Construction Contract that contains three main components, site preparation, design, and construction. The estimated total contract price range, per FAR 36.204, is $5,000,000-$10,000,000. This procurement will not be in accordance with FAR 52.225-9/11/12, Buy American Act – Balance of Payments Program – Construction Materials. The firm needs to be able to demonstrate knowledge, current relevant qualifications, experience, bonding, and the capability to perform a design/build construction contract for the design and construction of a structural. Additionally, the firm needs to demonstrate an understanding of the challenges associated with mobilizing and construction in Juba, South Sudan. Submission Requirements: Interested sources are invited to respond to this sources sought announcement. Total pages limited to 10 single sided 8 ½ x 11 pages for the Sources Sought Information response and 2 single sided 8 ½ x 11 pages for a cover letter. 1) Experience: Submit a maximum of five (5) projects describing the following: Describe the government or commercial contracts/projects your firm has completed in the last 5 years showing your experience in the design and construction of a structure similar in size, scope, and complexity as indicated in this announcement. Experience must also demonstrate ability to manage design and construction, and the ability to construct projects overseas and specifically in Africa. Projects must meet the following requirements in order to be considered: Minimum project cost of $5,000,000 (for a single project, NOT an IDIQ contract), no fewer than 1 buildings involved in a single project, and construction completion no earlier than 1 September 2008. For each of the contracts/project submitted for experience, provide the title; location; whether prime or subcontractor work; contract or subcontract value; type of contract; if design-build; contract completion date; customer point of contact including phone number; and a narrative description of the product/services provided by your firm. Identify whether your firm has in-house engineering capacity or uses an A-E firm to provide design of mechanical systems as listed in this announcement. Indicate whether you have an established working relationship with the design firm. 2) Identify whether your firm is a SBA certified 8 (a); SBA certified HUBZone, Service Disabled Veteran Owned Small Business, and/or a Small Business concern. For more information on the definition or requirements for these, refer to http://www.sba.gov/. For Joint Ventures or mentor-protégé’s, clearly describe the relationship and business size of all participants. 3) Bonding capacity: Provide the name of the Surety, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. 4) Identify you are willing to work in Juba, South Sudan. Please respond to this sources sought announcement by 4:00 p.m. (EST), September 30, 2012 to USAID/South, Office of Acquisition and Assistance, Attn: Dennis M. Fuentes using the following email address: dfuentes@usaid.gov. Responses received after the deadline or without the required information shall be considered unacceptable and will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, USAID/South Sudan will utilize the information for technical and acquisition planning. If adequate responses are not received from 8(a), HUBZone, Service Disabled Veteran-Owned Small Business (SDVOSB), or Small Business concerns, the acquisition may be solicited on an unrestricted basis. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to the participants.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OM/SUD/SS12C001/listing.html)
- Place of Performance
- Address: US Embassy Compound, Juba, South Sudan, Juba, Sudan
- Record
- SN02853626-W 20120825/120824001956-28db5b2cffa1c4a95938adea5ee86574 (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 |