Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2012 FBO #4002
SOLICITATION NOTICE

Y -- European Phased Adaptive Approach, Phase II Construction Contract, Aegis Ashore in Deveselu, Romania

Notice Date
11/6/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wiesbaden, CMR 410 BOX 7, APO, 09096, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-13-R-0003
 
Archive Date
1/14/2013
 
Point of Contact
Dayon Santos, Phone: (49) 611-9744-2427, Jeff Harrington, Phone: (49) 611-9744-2660
 
E-Mail Address
dayon.t.santos@usace.army.mil, jeffrey.j.harrington@usace.army.mil
(dayon.t.santos@usace.army.mil, jeffrey.j.harrington@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice: a. This is a Pre-solicitation notice for interested Offerors for the European Phased Adaptive Approach, Phase II Construction Contract, Aegis Ashore in Deveselu, Romania. The prequalification phase of the Request for Proposals (RFP) of the solicitation will be posted publically. In accordance with DFARS 236.272, competition will be limited and only Offerors who are selected in the pre-qualification phase will receive solicitation documents. The U.S. Army Corps of Engineers Europe District (EUD) anticipates the issuance of a solicitation and the award of a firm-fixed price construction contract. No reimbursement will be made for any costs associated with providing information in response to this pre-solicitation notice or any follow up information requests. b. Description of Project: The work under this contract will consist of five launcher foundations, aprons and crane pads; a radar foundation and Aegis Radar Deckhouse support building; relocatable generators, switchgear and transformer components to provide redundant 4MW reconstitutable HEMP Backup Power Infrastructure; Non-HEMP Backup Power Infrastructure; communications equipment pad; alignment tower and shelter foundations; missile storage facility; secure warehouse; fire station; 90,000 gallon diesel fuel storage for backup generators; vehicle and material handling equipment filling station; 10,000 gallon diesel fuel storage tank and fuel truck offload facility and; 100,000 gallon fire water storage tank and HEMP protected suppression pumps; central security control facility; restricted area entry control; electronic security system infrastructure; perimeter security fencing, gates and patrol road within the restricted area boundary. Supporting facilities include electrical services; water, sewer; paving, walks, storm drainage; fire protection and alarm systems; site improvements; wastewater pumping station; telecommunications and information management systems. The project also includes connection to a sewage lift station; water supply wells; water treatment plant and a 30,000-gallon potable water storage tank. Life safety and handicapped accessibility requirements will be implemented in these facilities. c. Security Requirements: Although the vast majority of this project is not classified and is suitable for foreign sub-contractors, this project will include some limited portions of construction that will require the ability to handle classified and/or sensitive documents. The following special security procedures shall be followed during construction: (1) Requirements for Construction - The Prime Contractor shall be a US Firm to manage and construct the facilities and must hold a Facility Security Clearance (FCL). European Union (EU) labor and Third Country National (TCN) labor may be utilized to build and install the majority of the facilities; however, certain elements such as the Electronic Security System will require US only contractors with FCLs. The successful offeror must be also be able to meet the requirements for handling a limited number of classified and/or sensitive documents including a number of the construction drawings, which are restricted by the International Traffic in Arms Regulations (ITAR). ITAR governs the permanent and temporary export of defense related goods, technologies and services on the United States Munitions List. (2) Access Control Requirements: A project site pass system shall be implemented by the Romanian and US Governments and required for all construction and delivery personnel and visitors. The construction site access control process is required, and will include effective screening and searching procedures for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. (3) Control of Material: All material procured for construction may be subject to inspection by government personnel. After material is procured and inspection is completed the material must be stored within the construction area or a secured storage area must be used. d. Magnitude of Project: The magnitude for this project is between $100,000,000 and $250,000,000. (It is anticipated that this project will be incrementally funded.) e. Performance Period: Duration of construction is estimated at 912 calendar days from Notice to Proceed or Award date. Pre-Solicitation Qualification: Pre-Qualification of Offerors The Government will evaluate the information submitted in response to the pre-qualification RFP, in order to pre-qualify Offerors for award eligibility. Offerors will be required to submit the information requested in the pre-qualification phase by the due date and time specified in the pre-qualification phase documents. No more than five contractors will be selected in the pre-qualification phase. Contractors selected during the pre-qualification phase will receive the entire best value solicitation to include technical requirements and will be required to submit technical and price proposals. Solicitation: Requests for Proposals from Pre-Qualified Offerors Based on the pre-qualification phase, no more than five contractors will be selected to submit technical and price proposals. Only those contractors pre-qualified will receive the solicitation and will be able to submit proposals for competition in a Tradeoff (Best Value) evaluation process. Offerors that did not submit information in response to the prequalification notice or were disqualified will NOT receive the solicitation documents. The solicitation will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. a. In accordance with Federal Acquisition Regulation (FAR), the prime contractor shall have the capability to perform at least 20% of the contract work with his/her own employees. b. Award will be based on overall Best Value to the Government using the Trade-off process. c. The issuance of the prequalification phase is anticipated to be issued on or about November 28, 2012. The estimated proposal due date is December 30, 2012. All interested contractors must be registered in SAM to be eligible for award of Government contracts. FAX or email questions to: Mr. Dayon Santos, Contract Specialist, Email Address: dayon.t.santos@usace.army.mil, and Mr. Jeffrey Harrington, Contracting Officer, CENAU-CT, Europe District, Email address: jeffrey.j.harrington@usace.army.mil. Fax number is (49) 611-9744-2618. Email is the preferred method for receiving questions to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-13-R-0003/listing.html)
 
Place of Performance
Address: Deveselu Air Base, Romania, Romania
 
Record
SN02925733-W 20121108/121106234629-288aaa43b66c0cd684f27f7015382c9b (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.