SOLICITATION NOTICE
Y -- Kombewa Medical Clinic Renovations
- Notice Date
- 4/2/2018
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB18R0016
- Archive Date
- 6/30/2018
- Point of Contact
- Bjorn T. Hale, Phone: 49061197442301, Terry E. Walker, Phone: 4961197442129
- E-Mail Address
-
bjorn.t.hale2@usace.army.mil, terry.e.walker@usace.army.mil
(bjorn.t.hale2@usace.army.mil, terry.e.walker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITATION NOTICE for W912GB18R0016: Design Build Construction Contract Structural Repairs to the Kombewa Clinic, Kisumu, Kenya 1. ANTICIPATED PROJECT TITLE: Engineering and Structural Repairs to the Kombewa Clinic, Kisumu, Kenya 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Commercial and Institutional Building Construction 4. CONTRACT SPECIALIST: Bjorn Hale, bjorn.t.hale@usace.army.mil 5. PLACE OF PERFORMANCE: Kisumu, Kenya 6. SOLICITATION NUMBER: W912GB18R0016 7. DESCRIPTION: The U.S. Army Corps of Engineers Europe District intends to issue a Request for Proposal (RFP) with intent to award one (1) Firm-Fixed-Price (FFP) design build contract for the structural repairs of the Kombewa medical lab. This design-build project scope includes the engineering and construction of structural repairs to the elevated floor slab and a concrete bond beam at one of the existing walls for the Kombewa clinic near Kisumu, Kenya. The clinic is located in the vicinity of coordinates: Latitude 0°06'13.6"S / Longitude 34°31'00.7"E (Project location identified in Attachment 1 - Project Location). Structural investigations have indicated that the elevated floor slab and an exterior bond beam was constructed using concrete with low and inconsistent compressive strengths. Subsequently, they are exhibiting signs of structural distress. Additionally, the existing exterior concrete stairs to the elevated floor were constructed with treads and risers that do not meet code requirements. The prescribed repairs are to add structural steel elements below the elevated floor as shown in Attachment 3. Cracks in the elevated concrete slab will be injected with epoxy. The deficient concrete bond beam in the exterior wall will be replaced. The exterior stairs will be demolished and replaced with new concrete stairs with code compliant treads and risers. Architectural finishes should take place after structural repairs have been performed. The Contractor shall deliver fully functional, turnkey type facilities (without furniture) as described in this document. The work includes but is not limited to design, demolition, fabrication, delivery, installation, construction, and site work. The facility and the installed equipment shall be permanent construction. 8. TYPE OF CONTRACT: This solicitation will be for the award of one (1) firm fixed price design build construction contract. 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the tradeoff process, resulting in a FFP contract award to an offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors. 11. CONTRACT MAGNITUDE: $100,000 and $250,000 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: TBD 13. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 16 April 2018. The Government intends to have proposals due 16 May 2018 and award the contract no later than 30 September 2018. Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted. 15. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 16. POINT-OF-CONTACT: The USACE Europe District Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Bjorn Hale at bjorn.t.hale@usace.army.mil. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB18R0016/listing.html)
- Record
- SN04875415-W 20180404/180402231322-1a69ac003e2b51e7f5e4e6dc4a22974a (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 |