Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2014 FBO #4564
MODIFICATION

Y -- Sea Survival Training Facility and Refurbushing of Floating Pier

Notice Date
5/22/2014
 
Notice Type
Modification/Amendment
 
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-14-R-0024
 
Response Due
6/5/2014
 
Archive Date
7/21/2014
 
Point of Contact
Lorna Patricia Beckman, 540-665-4009
 
E-Mail Address
USACE Middle East District
(lorna.pat.beckman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Title: Two-Phase-Design Build, Construction of Sea Survival Training Facility and Refurbishing of Floating pier Proposed Solicitation Number: W912ER-14-R-0024 Notice Type: Pre-Solicitation Synopsis NAICS Code: 236220 Classification Code: Commercial and Institutional Building Construction FSC: Y1JZ- Miscellaneous Buildings - Construction of Facilities SIC: 1542- General Contractors-Nonresidential Set-Aside: N/A Contracting Office Address: U.S. Army Corps of Engineers Location: Middle East District, 201 Prince Frederick Drive Winchester, VA 22602 Synopsis: This is a Pre-Solicitation Notice for the U.S. Army Corps of Engineer (USACE) Middle East District (MED) Solicitation No. W912ER-14-R-0024. The U.S. Army Corps of Engineer intends to issue a solicitation under the authority of Federal Acquisition regulations (FAR) Subpart 36.3 for the Design and Construction of a Sea Survival and Training Facility (SSTF) and Floating Pier in Aden, Yemen. This is a Two-Phase Design Build selection process. Those offers rated most highly qualified during Phase One of the evaluation Process will be invited to provide non-price and price proposals in Phase -Two of the process. Project Scope: This project consists of construction of Sea Survival Training Facility, and the repair of a Floating Pier Pontoon in the near-shore waters of the Gulf of Aden. The features of work are expected to include a swimming pool with deep end beyond 3 meters in depth, a single building adjacent to the swimming pool, and all associated civil/site/utilities necessary, and the repair of a floating pier pontoon at a nearby waterfront in Aden. Contractor shall complete design and all site planning and development as described in this Contract necessary to the facility designs for this specific site. Proposal Procedures: A Request for Proposals (RFP) for a Design-Build Two Phase solicitation. Contract Award will be made based on the Best Value Trade-off contracting method in accordance with FAR Subpart 36.3. The evaluation criteria will be conveyed within the RFP. The contract will be awarded as a Firm Fixed Price Only. Phase One Factors Design-Build Selection Procedure: Offerors will be required to submit documentation that supports their Experience, Past- performance and Technical approach. Phase Two Factors Design-Build Selection Procedure: Offerors will be required to submit documentation that supports their Management Approach (to include Schedule and key Personnel), Project Design and Construction (to include Drawings and Technical Narratives) and Price. Proposal Period: The Government anticipates releasing Phase one solicitation on or about 30 June 2014 and releasing phase two on or about August 30 (these are approximate dates). The formal solicitation when released including all amendments and applicable associated documents will be available in electronic medium via www.fedbizopps.gov. (TELEPHONE CALLS WILL NOT BE ACCEPTED). It is the offeror's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. Construction Magnitude and Period of Performance: The estimated Period of Performance is 730 calendar days from issuance of Notice to Proceed (NTP). The magnitude of this construction project is between $1,000,000 and $5,000,000. Site Visit: A site visit is anticipated for this solicitation requirement. Information on a site visit and instructions to obtain access to the site will be provided in the formal solicitation. Set Asides and Codes: As the work will be performed outside of the Continental United States, no set asides or Socio economic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under code 236220 (Commercial and Institutional Building Construction). The Small Business Standard Code (SIC) is 1542($33.5M). Required Country Registration: All of the work will be performed outside the United States. All firms must show proof of current license or the ability to obtain one to work in the country of Yemen. Firms must be able to attain a commercial business license for construction with the Construction Licensing Department of the Ministry of Public Works or other applicable agencies. Note, In accordance with Section 42(c) of the Arms Export Control Act, as amended (22 USC 2791(c)), the Foreign Military Financing funds made available for this procurement may not be used to award to other than a United States firm. Offers from other than United States firms are ineligible for award. To be considered a U.S firm, the firm must be a minimum of 51 percent U.S ownership or have 51% controlling interest in a Joint Venture Relationship. Registration: Offerors must have and shall maintain and active registration in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ prior to submission of proposals and prior to receiving an award. If the Offeror is a Joint Venture (JV), the JV entity must have a 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 in the SAM database, the Government reserves the right to award to the next prospective Offeror. Point of contact for this pre-solicitation notice is L. Pat Beckman, Contract Specialist, and her address is: 201 Prince Frederick Drive, Winchester, VA 22602; telephone: 540-665-4009, email: lorna.pat.beckman@usace.army.mil. THIS PRE-SOLICITATION NOTICE IS FOR THE PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON FEDBIZOPPS ON OR ABOUT 30 JUNE 2014. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS AND PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-14-R-0024/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN03374758-W 20140524/140523000015-251bc85aa683af5a33610bf7cba48be5 (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.