SOURCES SOUGHT
99 -- Airfield Lighting Repair and Construction of Signs, Ali Al Salem Air Base, Kuwait
- Notice Date
- 5/8/2020 4:51:17 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER20R0031
- Response Due
- 5/28/2020 1:00:00 PM
- Archive Date
- 06/12/2020
- Point of Contact
- Lisa D. McIntyre, Phone: (540)665-6530
- E-Mail Address
-
Lisa.D.McIntyre@usace.army.mil
(Lisa.D.McIntyre@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE) Middle East District (TAM) is seeking preliminary information, for market research purposes, from capable and reliable sources with experience working in Kuwait, who may be interested in submitting a proposal to the following project as specified.� TAM is anticipating a Design-Build award to construct airfield signage.� This project will be constructed within the Ali Al Salem Airbase (AASAB) in Kuwait.� A firm-fixed-price contract will be awarded to a prime construction contractor. Project Scope: The scope of this repair/construction project consists of three segments:� �Repair Airfield Lighting South�Runway 12R/30L,��Repair/Construct Airfield Signage, and Repair Airfield Lighting North�Runway 12L/30R.� Repair Airfield Lighting South Runway 12R/30L Repair airfield lighting in accordance with International Civilian Aviation Organization (ICAO), and United States Air Force (USAF) standards for visual navigated airfields.� Provide adequate and reliable runway edge, touchdown, precision approach lighting and signage to support an operable 2.9KM runway.� Provide ground navigational visual aids to ensure and enhance flight and ground safety in accordance with AFJMAN 32-1123(I), Airport and Heliport Design Criteria and AFHNBK 32-1084, Air Force Facility Requirements. Construct Airfield Signs Construct airfield signage in accordance with International Civilian Aviation Organization (ICAO), and United States Air Force standards for visual navigated airfields. Provide adequate and reliable runway and taxiway signage to support an operable 2.9KM runway. Provide ground navigational visual aids to ensure and enhance flight and ground safety IAW AFJMAN 32-1123(1), Airport and Heliport Design Criteria and AFHNBK 32-1084, Air Force Facility Requirements. Repair Airfield Lighting North Runway 12L/30R Repair airfield lighting in accordance with International Civilian Aviation Organization (ICAO), and United States Air Force (USAF) standards for visual navigated airfields.� Provide adequate and reliable runway edge, touchdown, precision approach lighting and signage to support an operable 2.9KM runway.� Provide ground navigational visual aids to ensure and enhance flight and ground safety in accordance with AFJMAN 32-1123(I), Airport and Heliport Design Criteria and AFHNBK 32-1084, Air Force Facility Requirements. a.� This project includes work in access controlled space.� The Contractor will need to satisfy the security requirements contained withint he Request for Proposal (RFP) when issued. b.� The Period of Performance is anticipated to be 365 calendar days from issuance of notice to proceed. c.� The magnitude of the AASAB construction of airfield signage is between $5,000,000.0 ($5M) and $10,000,000 ($10M). PROPOSAL PROCEDURES:��The RFP will be issued in the Systems for Award Management website at www.beta.sam.gov.� It is anticipated that the Best Value Trade-off (BVTO) contracting method will be used to evaluate proposals.� Evaluation criteria will be stated in the RFP.� This acquisition will result in a single fixed-price construction contract awarded based on BVTO determination.�� SUBMISSION REQUIREMENTS:��Provide your experience as a Prime Contractor completing repair and construction of airport runways by completing the attached Capability Statement.� Please list projects that demonstrate your recent experience and ability to perform silmilar scope and size projects.� Include project scope, location, magnitude, and date completed or % complete if still in progress.� Similar projects should have a magnitude of at least $5M to $10M and performed within the past 5 years.� Submission documents, including the Capability Statement, should be no more than 5 pages (double-sided). RESPONSE PERIOD:� This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach.� The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide the aforementioned submission requirements and a response in the affirmative if your company is interested in participating in this opportunity no later than on 28 May 2020 at 4:00PM EDT, sooner if at all possible.� Questions concerning the processes and procedures can be sent to Maria Martin, e-mail: Maria.L.Martin@usace.army.mil and Lisa McIntyre, email: Lisa.D.McIntyre@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7fc2c2132b8044a98b44f950031bd1ac/view)
- Place of Performance
- Address: KWT
- Country: KWT
- Country: KWT
- Record
- SN05652184-F 20200510/200508230152 (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 |