SOURCES SOUGHT
Y -- Design-Build Huey II Helicopter Hangar, Soroti, Uganda
- Notice Date
- 4/16/2018
- Notice Type
- Sources Sought
- 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
- W912GB-18-X-0007
- Archive Date
- 5/15/2018
- Point of Contact
- Bjorn T. Hale, Phone: 49061197442301, Robin Prince,
- E-Mail Address
-
bjorn.t.hale@usace.army.mil, Robin.G.Prince@usace.army.mil
(bjorn.t.hale@usace.army.mil, Robin.G.Prince@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Announcement for a Design Build Construction Contract Huey II Helicopter Hangar - Soroti, Uganda 1. Anticipated Project Title: Design-Build Huey II Helicopter Hangar, Soroti, Uganda 2. Agency: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Construction of Buildings 4. Place of Performance: Soroti, Uganda 5. Project Description: Design-Build construction of a new hangar for no more than three (3) Huey II helicopters in Soroti, Uganda. The facility shall consist of a new helicopter hangar with maintenance capabilities and apron. The facility shall be able to accommodate eight (8) to twelve (12) individuals. All host nation codes shall apply. The hangar shall accommodate no more than three (3) bays for the Huey II helicopters, approximately 24 x 22 meters minimum (528.00 m2 total net area). Hangar surrounding walls, except hangar doors, shall have masonry or concrete finish up to 10 ft. (3.0 m) minimum height above the finished floor. The wall areas above shall be made of insulated metal panels. Hangar shall have 6.0 meter clear ceiling height. The maintenance related rooms shall accommodate: One (1) mechanical room (11.70 m2 total net area), one (1) electrical room (11.70 m2 total net area), one (1) air compressor room (11.70 m2 total net area) and one (1) battery room (11.70 m2 total net area), one (1) machine maintenance shop (32.00 m2 total net area), one (1) electronics shop (24.00 m2 total net area), one (1) avionics shop (24.00 m2 total net area) and one (1) secure storage (32.00 m2 total net area). Maintenance related rooms shall have 3.0 meter clear ceiling height. Hangar bays and maintenance rooms shall include electrical connections. 6. 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. 7. Selection Process: The Government intends to utilize a one phase trade off source selection process to evaluate contractors for award on a best value basis. 8. Contract Period and Magnitude: The anticipated period of performance is 365 calendar days. The price range is estimated between $500,000 and $1,000,000. 9. Sources Sought: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of contractors who have the capabilities to complete a project of similar magnitude. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 10. Responses: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 11. Submissions: Offerors response to the Sources Sought shall be limited to eight (8) pages and shall include the following information: • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number • Offeror's capability to perform a contract of this magnitude and complexity (include offeror's capability to execute construction projects, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide up to 3 examples that demonstrate: o Experience working in Africa • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 12. Responses Due: All interested contractors should submit responses via e-mail by 1400 HRS CEST on 01 May 2018. Submit responses and information to Bjorn Hale at bjorn.t.hale@usace.army.mil. No hard copies will be accepted. 13. Questions: Questions regarding this sources sought announcement may be directed to Contract Specialist Bjorn Hale at bjorn.t.hale@usace.army.mil. ****Sources Sought for Market Research Purposes Only****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-18-X-0007/listing.html)
- Place of Performance
- Address: Soroti, Uganda
- Record
- SN04891274-W 20180418/180416231100-d64f02cd60d3b0f304cfa4177e6031bd (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 |