SOURCES SOUGHT
99 -- RESTORE BEIRUT NAVAL BASE PHASE I
- Notice Date
- 8/17/2023 5:01:47 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER23R0029
- Response Due
- 9/22/2023 1:00:00 PM
- Archive Date
- 10/07/2023
- Point of Contact
- Christopher Hunt, Phone: 540-667-3185, Anita M. Ludovici, Phone: 5405421587
- E-Mail Address
-
christopher.hunt@usace.army.mil, anita.m.ludovici@usace.army.mil
(christopher.hunt@usace.army.mil, anita.m.ludovici@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� The Transatlantic, Middle East District (TAM) is seeking interest and capabilities of experienced construction contractors capable of performing the work�to construct�marine utility trenches along Pier 1 and a portion of Pier 2, two (2) dry hotel stations, two (2) wet hotel stations, seawater fire protection pumping station, electrical distribution facility including the related compact substation and generators. �In addition, all construction and other associated efforts shall be done in accordance with local building codes and internationally recognized standards with respect to safety and general construction.� Moreover, the construction contractor will be responsible for reviewing and confirming the site conditions in the topographic, hydrographic, and geotechnical surveys and reports provided. The Contractor shall also perform a pre-construction site investigation with the USACE field staff and�Beirut XXX�to evaluate and finalize travel routes, site conditions, and any other incidental work to make requirements fully functional in order to provide the Government with complete construction and warranty for this project. POP is�~859 days. STATEMENT OF WORK Work will include the installation of a marine utility trench along Pier 1 and a portion of Pier 2, two (2) dry hotel stations, two (2) wet hotel stations, seawater fire protection pumping station, electrical distribution facility including the related compact substation and generators, bilge water oil/water separator, two (2) sanitary lift stations, and water storage tank with associated potable water and fire protection pressure booster station. Site work includes grading, pavements, and surface treatments as shown. Utilities include seawater fire protection, potable water, sanitary sewer, bilge water, stormwater drainage, electric (medium and low voltage), site lighting, and communication. Exiting utilities, in some locations, will be rerouted to support the proposed utility network and to maintain facility service connections. All demolition work, as shown and required to support the installation of the proposed work, is also included.��POP is ~859 days.. OPTION 01 Work will include the removal and transportation of the existing temporary wall elements, in their current condition, to a location as determined by the Contracting Officer no further than 15 kms from the base. Work will include the installation of a new perimeter wall, vehicular gates, and crash rated portable passive barriers. Site work includes grading, pavements, and surface treatments as shown. Utilities include electric, site lighting, security, and communication. All demolition work, as shown and required to support the installation of the proposed work, is also included.�POP is TBD. OPTION 02 Work will include the installation of a marine utility trench along Pier 1, fuel hotel station, marine diesel dispenser, and diesel fuel storage with associated offload and distribution systems. Site work includes grading, pavements, and surface treatments as shown. Utilities include seawater fire protection, potable water, fuel piping, electric, site lighting, and communication. All demolition work, as shown and required to support the installation of the proposed work, is also included. POP is�TBD. The magnitude of this project is between $10,000,000.00 and $25,000,000.00. Interested PRIME CONTRACTORS should submit a capabilities package to BOTH Ms. Anita Ludovici at anita.m.ludovici@usace.army.mil and Mr. Christopher L. Hunt at christopher.hunt@usace.army.mil.��The package should include the following:� 1.� � Your intent to submit a proposal for this project when it is formally advertised. 2.�� �Name of firm with address, phone, email address and point(s) of contact. 3.�� �DUNS/CAGE/UEI code, registered in System for Award Management (SAM) at www.sam.gov 4.�� �Size of Firm (Large or Small). 5.�� �Bonding capability for single contract action in the magnitude of this project. 6.�� �Statement of Capability (SOC) stating your skills, experience, knowledge,�and equipment required to perform the specified type of work. The SOC�should be no more than two pages in length. 7.�� �In addition to Statement of Capability, provide answers specifically to the following questions: a.�� �Has your company performed construction of similar scope, size and nature as the above? i.�� �As a prime contractor? ii.�� �As a subcontractor? iii.� �For a military base? Name of base(s)? b.�� �Has your company ever: i.�� �Performed construction in remote location, such as the Middle East? ii.� �Performed any projects with the US Army Corps of Engineers?��If so,�provide Contract Numbers and brief description of project. Place the words �Market Research for W912ER23R0029 and ""Your Company Name� on the subject line of your message. Upon review of industry response to this sources sought notice, the�Government will determine what acquisition strategy is in the Government's best interest. � The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research. All information submitted will be held in a confidential manner and will only be used for the purpose intended.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/63985ecb37f4484c97a97e41d12815ce/view)
- Place of Performance
- Address: LBN
- Country: LBN
- Country: LBN
- Record
- SN06796269-F 20230819/230817230055 (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 |