SOLICITATION NOTICE
Y -- TWO-PHASE/DESIGN BUILD MARITIME TRAFFIC COORDINATION CENTER, KUWAIT
- Notice Date
- 3/25/2014
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-14-R-0023
- Response Due
- 4/10/2015
- Archive Date
- 5/10/2015
- Point of Contact
- Charles H. Hollingsworth, 540-665-3446
- E-Mail Address
-
USACE Middle East District
(charles.h.hollingsworth@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS WAS ORIGINALLY ANNOUNCED AS A SOURCES SOUGHT ONLY FOR MARKET RESEARCH, SOLICITATION NUMBER W912ER-14-R-0023 PRESOLICITATION NOTICE PROJECT NUMBER: W912ER-14-R-0023 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Middle East District intends to issue a Request for Proposal (RFP) W912ER-14-R-0023 for the Maritime Traffic Coordination Center (MTCC), Kuwait. The MTCC is a manned aid to navigation (light). Its lighthouse has the similar function as a lighthouse marking features near a commercial or military maritime port or harbor. The project serves to provide navigational assistance and security to ships entering the future Mubarak al-Kabir Port at Bubiyan Island, Kuwait on the Arabian Gulf. This project consists of the Design and Construction of the MTCC containing the following program elements: offshore construction of a 45 m tall light (aid to navigation) with a fixed offshore platform with supporting facilities, infrastructure and crew accommodations for six personnel, docking space capable of berthing and mooring the Kuwait Naval Force (KNF) design vessel, access channel, vessel moorings with access to the platform, dredging, rock revetments and breakwaters. The following is a description of the MTCC's and the contractor's requirements: The MTCC will be constructed approximately 15 miles offshore of Bubiyan Island in the north western part of Kuwait. The contractor shall design and construct the MTCC as a fixed permanent off-shore platform of sufficient size to support the manned aid to navigation (light) and all associated infrastructure in accordance with established design criteria such as the Corps of Engineers Coastal Engineering Manual, API RP-2A and CIRIA C683. The contractor shall provide the fixed offshore platform and associated appurtenances and infrastructure, to support all structures required, with integral vessel mooring appliances for the design vessel and safe operational access between the moored vessel and the MTCC. The MTCC will include a mooring and docking area capable of supporting the design service vessel and entrance channel equipped with suitable navigation markers, providing access to deep water for same. The contractor shall be responsible for all dredging activities, including disposal of dredged material or use of dredged material in MTCC platform construction, pertaining to construction of the harbor and entrance channel. The platform will be located on the Fasht Al Ayk Sandbar, which is in shallow water shown on navigation charts to be less than 2 m deep. The platform shall be designed and constructed to be protected from the erosive affects of currents, tides, and waves and from the effects of earthquakes. The contractor shall provide coastal protection works to protect and preserve the Fasht Al Ayk sandbar directly below the MTCC. The platform shall be provided with suitable top-side facilities and infrastructure to service the lighthouse and crew and shall be appropriately illuminated to allow for safe, night time operation. The light (aid to navigation) shall be mounted 45m above Mean High Water Level and will serve as a beacon. The contractor shall propose innovative techniques to maximize the use of in-situ materials in a cost-effective manner in the construction of the MTCC. The contractor shall provide project experience demonstrating its firm or its major subcontractor has the technical experience in leveraging state-of-the-art technology in coastal and offshore construction involving fixed platforms and coastal structures. The contractor shall be responsible for complying with all Kuwaiti laws necessary to construct the MTCC, including securing all required permits. The contractor's Designers of Record (DOR) shall be licensed Professional Engineers ( quote mark P.E. quote mark ) or Registered Architects ( quote mark R.A. quote mark ) registered by any of the Professional Boards of the United States and its territories or equivalent recognized international body such as such as Europ ene d'Associations Nationales d'Ing nieurs. Designers of Record who have graduated from an ABET-accredited university in Kuwait shall be active members of the Kuwait Society of Engineers. The Offerors shall demonstrate experience in the design, engineering and construction of industrial and commercial offshore and coastal facilities. These facilities may be associated with ports, harbors, private enterprise, heavy industry, mining (including petroleum), land reclamation projects, military works, coastal storm damage protection, and other work located on or within large, navigable bodies of water anywhere in the world. Contractor is required to follow the procedures in the Army Corps of Engineers Safety Manual. This project will consist of materials, labor, and construction of various infrastructure and facilities and other features as referenced within the Statement of Work (SOW), using expeditious construction methods, to complete the project within an anticipated period of performance of 550 days from issuance of Notice to Proceed (NTP) TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237990 - Other Heavy and Civil Engineering Construction. TYPE OF SET-ASIDE: This acquisition will be UNRESTRICTED, full and open, best value competition, no set-aside. SELECTION PROCESS: This is a 2-Phase Design-Build Best Value selection process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select a maximum of five (5) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. The proposal requirements for this 2-Phase procurement consist of the following: Phase 1 Proposal - Past Performance, Specialized Experience of the Prime Contractor or proposed Joint Venture, Technical Approach Summary and Financial Surety; Phase 2 Proposal - Management Approach, Project Technical Approach and Price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this design-build construction project is anticipated to be between $25M and $100M in accordance with FARS 36.204. The Construction Cost Limitation (CCL) for design and construction of this project is $40M. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the Phase 1 solicitation on or about 10 April 2014 and releasing the Phase 2 solicitation on 28 May 2014 and awarding the contract on or about 24 August 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Charles Hollingsworth at charles.h.hollingsworth@usace.army.mil Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-14-R-0023/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN03319684-W 20140327/140325234744-05b2c04c951df12f5d4a2681d4ffd9c8 (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 |