Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 23, 2022 SAM #7390
SOURCES SOUGHT

Y -- 2022 USACE TAE IDIQ - Syria

Notice Date
2/21/2022 6:01:36 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIST AFGHANISTAN NORTH APO AE 09366-0000 USA
 
ZIP Code
09366-0000
 
Solicitation Number
W5J9JE-22-A-0001
 
Response Due
2/28/2022 1:00:00 PM
 
Point of Contact
Uriel Ramirez, Jessica Merrill
 
E-Mail Address
Uriel.Ramirez@usace.army.mil, Jessica.L.Merrill@usace.army.mil
(Uriel.Ramirez@usace.army.mil, Jessica.L.Merrill@usace.army.mil)
 
Description
REQUEST FOR INFORMATION (RFI):� This notice is for market research purposes in accordance with Federal Acquisition Regulation (FAR) Part 10. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Respondents will not be notified of the results of the evaluation. It does not constitute a commitment by the US Government. The U.S. Army Corps of Engineers (USACE), Transatlantic Expeditionary Division (TAE) anticipates a requirement for a Design-Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for a full range of construction projects that may be required by the U.S. Government within the country of Syria. The contractor shall provide all management, tools, equipment, transportation, supervision and labor necessary for construction projects in Syria.� It is noted that the majority of work may be performed in Eastern Syria; however, the contractor shall have the capabilities to perform within other regions of the country.� The contractor shall provide all resources to include management, labor, materials, equipment, and supervision to accomplish a broad range of design, construction, and facility renovation for more than one military site within the country of Syria. �The contractor shall execute contract requirements to include a full range of planning, engineering, design in conjunction with renovation, restoration, and new construction. �Projects may include but are not limited to the following: new construction, site adapt-construction (SAC), renovations and repairs, reconfiguration of existing facilities including vertical and horizontal construction, general building renovations, facility renovation, facility repairs/alterations, command and control facilities, training facilities, medical facilities, fuel distribution and storage systems, power plants, road construction, and airfields. �In addition, the work includes new infrastructure construction, conversion, additions to buildings, facilities demolition, building debris type removal, structural repairs, site work, utility installation/replacement, paving, industrial repairs, equipment upgrades, geotechnical work, instrumentation, security systems, and design associated with all the various aforementioned tasks.� Projects may range from those where the Government provides full design documents (Design-Bid-Build) to those with limited design and functional specifications that will require the contractor to complete the design and construct the project (Design-Build). The contractor may be required to provide a variety of design and construction support services including but not limited to the following: environmental work, force protection work, new construction, and facility renovation. The types of projects that this MATOC may cover includes, but is not limited to the following: Housing/barracks (RLBs, PEBs, concrete-frame with CMU infill buildings) Dining facility Equipment/vehicle maintenance facility Operations facility Administrative/headquarters facility Command and control facility Communications centers Fire station Waste management complex Training facility Medical facility (clinic/hospital) Fuel storage facility Fuel distribution and storage system Power plant/electrical generation Electrical distribution Utilities infrastructure Entry/access control points Cargo handling areas Perimeter fence and guard towers Force protection measures (bunkers, t-walls, Hescos, hydraulic barriers, etc.) Road construction (gravel, asphalt, and concrete) Airfields (runways/taxiways/aprons/ramps) Airfield support facilities (hangars/control towers/navigation aids/etc.) Covered parking areas/canopies/sunshades Passenger/cargo terminals Drainage system projects Water distribution systems (incl. disinfection and commissioning) Well installation, development, and commissioning ROWPU systems including commissioning Sewage systems (gravity and lift stations/force mains) Various civil works Retaining walls Land survey, design, and geotechnical services Fan and HVAC replacement The anticipated solicitation will be a Request for Proposal (RFP) using the best value trade off source selection continuum. The acquisition will result in a base IDIQ MATOC with four option periods. The IDIQ MATOC vehicle will issue firm-fixed priced Task Orders (TO) for a wide variety of construction projects to be competed and awarded. Offerors must be registered and active in the System for Award Management.� Responders are solely responsible for all expenses associated with responding to this RFI.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests.� All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. TITLE:� 2022 USACE TAE IDIQ MATOC - Syria FULL DESCRIPTION OF WORK:� MAGNITUDE: The MATOC�s overall ceiling is estimated at $100 Million for the base and four option periods.� Task orders are estimated at a not to exceed maximum of $5 Million. � NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS):� 236220 Commercial and Institutional Building Construction � SMALL BUSINESS SIZE STANDARD:� $39.5M � PROJECT SERVICE CODES (PSC):� Y1JZ Construction of Miscellaneous Buildings � PLACE OF PERFORMANCE:� Syria FIRMS RESPONSE SHALL INCLUDE THE FOLLOWING INFORMATION: CAPABILITIES SUBMISSION / STATEMENT:� Firms interested in submitting their capabilities for this notice, must include the following information in the cover letter/introduction: (1) Company name, address, and point of contact with phone number and e-mail address; (2) Business size determination; (3) Company Data Universal Numbering System (DUNS) and CAGE code (4) JCCS Identification Number (5) Bonding capacity (from surety) The Contractor capability statement shall include, but not be limited to: 1) EXPERIENCE:� Provide a minimum of 2 / maximum of 4 projects completed in the past seven (7) years demonstrating previous experience performing services that demonstrate experience with projects similar to the ones identified in the DESCRIPTION above. 2) PAST PERFORMANCE:� Address Past Performance relative to the projects submitted against item 1). 3) CAPABILITY TO PERFORM:� Provide a potential team composition for any one of the projects submitted against item 1) and address the associated tasks and responsibilities for each team member.�� 4)� EXPERIENCE WORKING WITH FEDERAL GOVERNMENT:� Address experience working with Federal Government processes and requirements. 5)� CAPACITY FOR PERFORMANCE IN LOCATION:� Address ability and capability to perform in Syria. State whether you are able to perform (1) in the entire country of Syria, (2) or a specific region of the country. Submit capability packages via email to: Jessica Merrill, Contracting Officer at Jessica.l.Merrill@usace.army.mil and Uriel Ramirez, Contract Specialist at Uriel.Ramirez@usace.army.mil no later than 4:00 pm Eastern Time on 28 February 2022. �In the subject line state �2022 USACE TAE IDIQ MATOC - Syria - [Company Name]."" �All information concerning this requirement will be posted only on the System for Management Awards website (https://sam.gov). �At this time no solicitation exists, therefore, DO NOT REQUEST A SOLICITATION package.� As noted above, this RFI is issued solely for information and planning purposes only and does not constitute a solicitation. �THIS NOTICE IS FOR THE PURPOSE OF DETERMINING INDUSTRY INTEREST. �THIS NOTICE IS NOT A REQUEST FOR PROPOSAL AND PROPOSALS RECEIVED AS A RESULT OF THIS NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80fb64a64be047988fa72cbbff9ccdb5/view)
 
Place of Performance
Address: SYR
Country: SYR
 
Record
SN06247843-F 20220223/220221230103 (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 |
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.