Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2012 FBO #4038
SOURCES SOUGHT

Y -- PACKAGE M-25 UNSPECIFIED MINOR MILITARY CONSTRUCTION (UMMC) PROJECTS AT AL UDEID AIR BASE, QATAR

Notice Date
12/12/2012
 
Notice Type
Sources Sought
 
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-13-R-0014
 
Response Due
12/20/2012
 
Archive Date
2/10/2013
 
Point of Contact
Thuy, 540-665-2657
 
E-Mail Address
USACE Middle East District
(phuong-thuy.t.le@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division (TAD), Middle East District (TAM), is evaluating the ability of businesses to perform construction of the following nine independent facilities: High Mast Lighting, Fuel Truck Parking, Fuels Laboratory, C-17 Spare Parts Facility, Cryogenics Facility, Entry Control Point, ELRS Storage Facility, C-130 Aircraft Maintenance Unit, and the NW Ramp Permanent Power Area; all located on Al Udeid Air Base, Qatar. While the Government is not required to set-aside any overseas design/build or construction projects for small businesses, the Government is performing market research in order to specifically determine if small businesses possess the capability to execute these requirements. It is anticipated that a pre-solicitation notice will be published in the Federal Business Opportunities website in the near future. The estimated cost of construction is between $10,000,000.00 and $25,000,000 with an anticipated period of performance of 400 days after award. 2. PROJECT INFORMATION: USACE has the requirement to construct the following projects: a. High Mast Lighting: Construct airfield area lighting on the west side of the North Ramp. Work will include site improvements, electrical installation, light pole foundations and all necessary work to produce complete and usable lighting. b. Fuel Truck Parking: Pave a 9,325 square meters dirt lot with concrete pad to park fuel trucks. Project will include utilities, site improvements and all necessary work to produce a complete and usable facility. c. Fuels Laboratory: Construct fuels laboratory with concrete foundation and masonry walls. Work will include fire detection/protection, utilities, and site improvements and all necessary work to produce a complete and usable facility. d. C-17 Spare Parts Facility: Construct an 868 square meters pre-engineered building (PEB) to store C-17 spare parts, fire detection/suppression, utilities, pavements, communication and site improvements, and all necessary work to produce a complete and usable facility. e. Cryogenics Facility: Construct cryogenics generating, maintenance, and storage facility. Construction will consist of a steel framed pre-engineered building, protective fence enclosure, and concrete work yard. Project will include fire detection/ protection, utilities, and site improvements. f. Entry Control Point: Prepare site and construct entry control point between the life support area and the operational area. Work includes paving, area lighting, utilities, force protection barriers, site improvements and all necessary work to produce a complete and usable facility. g. ELRS Storage Facility: Construct a 1,112 square meter pre-engineered building (PEB) for Expeditionary Logistics Readiness Squadron (ELRS) storage with a paved storage yard. Work will include utilities, pavements, communications, site improvements and all necessary work to produce a complete and useable facility. h. C-130 Aircraft Maintenance Unit: Construct a 1,210 square meter pre-engineered building with metal siding and CMU block up to 3 meters. The project includes all civil, electrical, and mechanical work to make the facility complete and usable. i. NW Ramp Permanent Power Area: Construct 350 meters of permanent high voltage power to the west side of the North Ramp by installing a primary substation, trenching and placement of feeder cables. ADDITIONAL REQUIREMENTS: The contractor must be licensed to conduct business in the State of Qatar. CONTRACTING PROCEDURES: The solicitation will be a request for proposal (RFP). Contract award will be based upon a best value analysis of all proposals. The evaluation criteria will be conveyed within the RFP. One or more of the items in the project scope may appear in the solicitation as an option item. The contract will be awarded on a firm-fixed price basis only. Since the contract will be funded by a military construction appropriation the RFP will contain DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms. This provision states, in part, that military construction contracts funded by a military construction appropriation that are estimated to exceed $1,000,000 and are to be performed in countries bordering the Arabian Gulf shall be awarded only to US firms, unless, the lowest responsive and responsible offer of a US firm exceeds the lowest responsive and responsible offer of a foreign firm by more than twenty percent. Offers from firms that do not qualify as United States firms will be evaluated by adding twenty percent to the offer. U.S. Contractor Defined: To be considered a U.S. firm, the firm must be incorporated and have its corporate headquarters in the U.S.; have filed corporate and employment tax returns in the U.S. for a minimum of two (2) years (if required) and have filed State and Federal income tax returns (if required) for 2 years; have paid any applicable taxes determined to be due as a result of such filings; and employ U.S. citizens in key management positions. SUBMISSION REQUIREMENTS: For Bidder's List registration on released solicitation, and to receive password information, log onto the following site http://www.aed.usace.army.mil/contracting.asp. Click on the Sources Sought tab, click the Capabilities Statement quote mark Complete quote mark button of the solicitation of interest, fill in the requested information, then click on quote mark Register quote mark. This will automatically place you on the Bidders List for subject solicitation. Once you have completed the Sources Sought Information return to the Home page and click on quote mark Sign Up for Email Alerts. quote mark This function allows you to receive an Automatic email alert when any new solicitation actions occur. Automated Capabilities Statement must be received prior to the release of the solicitation. Your submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Ms. Thuy Le, Contract Specialist at 540-665-2657 (Phuong-Thuy.T.Le@usace.army.mil), and Pamela Gillum, Acquisition Management Specialist at 540-665-3609 (Pamela.D.Gillum@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-R-0014/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02947422-W 20121214/121212234700-84bb459611cbc74926964a22a01a98fb (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.