SOLICITATION NOTICE
Y -- Design-Bid-Build Construction for Sites 13850 & 13851
- Notice Date
- 1/23/2020 6:42:36 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB20R0002
- Response Due
- 2/8/2020 3:00:00 AM
- Archive Date
- 02/23/2020
- Point of Contact
- Susan K. Dunnagan, Glenn E. Adams, Phone: 3145702723
- E-Mail Address
-
susan.k.dunnagan@usace.army.mil, glenn.adams@usace.army.mil
(susan.k.dunnagan@usace.army.mil, glenn.adams@usace.army.mil)
- Description
- Pre-Solicitation Notice for Design-Bid-Build Construction for Sites 13850 & 13851 in Israel for USACE Europe District W912GB20R0002 FOREIGN MILITARY SALES (FMS) PROGRAM ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: �236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Israel 4. ACQUISITION INFORMATION:� NAU anticipates soliciting and awarding one Construction contract to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this pre-solicitation. � 5. CONTRACT MAGNITUDE: In accordance with DFARS 236.204, the estimated magnitude for this design bid build construction project is between $10,000,000 and $25,000 5. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US firms capable of executing an FMS construction project in Israel. The project involves a Design-Bid-Build, new construction of Main Building Offices, an Aircraft Hanger and an Aircraft Repair Building at a base in Israel. The potential acquisition includes: Site One � Main Building, Offices - approx. area: 1,140 m2. � Hanger, Aircraft shed for maintenance work - approx. area1,900 m2 The majority of the construction is concrete walls, floors and ceilings. Most of the walls are fair face exposed concrete. In the offices the inner walls will be covered in gypsum panels with insulation inside them. The finishing work shall also include architectural work such as: flooring, doors, painting, etc. Each building will have a waterproofing system according to its location on site and it purpose. HVAC work including, but not limit to supply and installation of entire heating, ventilation, CBR system and air-conditioning system. Installation underground air condition insulation pipe from the chiller building to the main building. Water and sewage works including, but not limit to: supply and install of: Water system, Hot water systems, Sewage system, sanitary fixtures, Storm Drainage system and CBR system. Electrical systems works including, but not limit to supply and install of: � UPS System � Buildings electrical system according to each building requirement and demands by the Israeli Air Force (IAF). � Lightning Protection � Outdoor Lighting � Outdoor Infrastructure � Very low voltage systems (fire detection systems etc...) � 240VDC/400Hz 90KVA dual inverter The project also include site-develop (sidewalks and water culverts), parking spaces, as indicated on the drawings. Site Two The project is a new building replacing an old one for �Homam' unit. The unit is providing a technical service that specializes in repairing aircrafts parts with composite materials process. The unit requires working in three types of processes: � Repairing parts � Manufacture composite materials � Manufacture composite materials with Pre-impregnated fabric. The scope of work consists: � Ground floor: 2354 m2 � First floor (technical): 308 m2 � Demolish structures which sit on the site. � Construction of a new building for �Homam' unit. � Systems for the new building includes: Electricity, communication, HVAC, fume extraction, sanitation and sewerage. � Ground and site development around and building and creating parking space. � Furniture and equipping. Construction measures in accordance with the Host Nation Technical Requirements (HNTRs), the Standards Institution of Israel, USACE Specifications, project specifications and drawings will be provided through the Solicitation process. 6. KEY REQUIREMENTS: Interested Contractors must be United States Prime Contractors and have experience with construction of shelters and support facilities and the other requirements addressed above. Primary Disciplines � Structural/Architectural: Large-scale operation and maintenance facility requiring substantial amount of concrete works. � Civil: Project site requires parking lot grading site development and foundation excavation and preparation. � Mechanical/Electrical: Large-scale operation and maintenance facility containing electricity, communication, HVAC, fume extraction, sanitation and sewerage and UPS system. 7. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions to UNITED STATES CONTRACTORS only. In accordance with FAR Part 19, all socioeconomic program considerations do not apply due to the project location being OCONUS. FOREIGN MILITARY SALES: The majority of work will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States construction firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in the anticipated solicitation must be U.S. firms.� Any joint-venture shall require each joint-venture participant to be a U.S. firm. 8. ANTICIPATED SOLICITATION RELEASE DATE AND & AWARD DATE: The Government anticipates releasing the solicitation by end of February 2020. The Government intends to have proposals due (30 calendar days after solicitation due date) and award the contracts in the Spring 2020 timeframe. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is issued. 9. �INTERESTED VENDORS:� Potential U.S. offerors are encouraged to submit their company name, CAGE and DUNs code, mailing address and telephone, and e-mail address of an English speaking contact via email no later than�1200 hours Central European Time (CET) on 08 February 2020 to Contract Specialist Susan Dunnagan at susan.k.dunnagan@usace.army.mil and Contracting Officer Glenn Adams at Glenn.Adams@usace.army.mil. 10. SOLICITATION DISTRUBUTION: Solicitation documents will be sent to verified, U.S. eligible contractors via the DoD SAFE website https://safe.apps.mil/ when they are available. No solicitation documents will be posted to Beta.Sam.gov or any other Government website or sent via email. 11. QUESTIONS: Questions regarding this Pre-Solicitation Notice may be directed to Contract Specialist Susan Dunnagan at susan.k.dunnagan@usace.army.mil and Contracting Officer Glenn Adams at Glenn.Adams@usace.army.mil. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f89c2030850c415e873ff9fd2493eea4/view)
- Place of Performance
- Address: ISR
- Country: ISR
- Country: ISR
- Record
- SN05541768-F 20200125/200123230136 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |