Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2024 SAM #8073
SOURCES SOUGHT

Y -- Design-Bid-Build Construction for Site 20115 KC46 Bed-down Site in Israel

Notice Date
1/2/2024 1:30:17 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB24X0010
 
Response Due
1/23/2024 6:00:00 AM
 
Archive Date
02/07/2024
 
Point of Contact
Robert E. Corkrum, Phone: 4961197442543, Christian H. Solinsky, Phone: 4961197442281
 
E-Mail Address
robert.e.corkrum@usace.army.mil, christian.h.solinsky@usace.army.mil
(robert.e.corkrum@usace.army.mil, christian.h.solinsky@usace.army.mil)
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** Sources Sought Announcement for Design-Bid-Build Construction for Site 20115 KC46A Bed-down Site in Israel for USACE Europe District W912GB24X0010 FOREIGN MILITARY FINANCING (FMF) 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; ��� PSC: Y1BZ, Construction of Other Airfield Buildings 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. This is a PREQUALIFICATION OF SOURCES announcement, issued in accordance with DFARS 236.272 and the U.S. Army Corps of Engineers Acquisition Instruction (UAI) 5136.272.�No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. 5. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US firms capable of executing an FMF construction project in Israel. The project involves a Design-Bid-Build, new construction of Site 20115 KC46A Bed-down site at a base in Israel. Establishing and adapting aviation and maintenance infrastructure for the KC-46 array. Includes 1 site development (pavement improvements) and 5 new structures (concrete and steel structures): The potential acquisition includes: KC.1 � I-Level Hangar (approx. area: 5400 m2) KC.2 � Storage Parts/Supply Warehouse (approx. area: 1200 m2) KC.3 � Alternative Mission Equipment Storage (approx. area: 300 m2) KC.4 � Age Ground Equipment Shop (approx. area: 600 m2) KC.5 � Wash Rack and Run Up Pad (approx. area: 4000 m2) KC.6 � Pump House (approx. area: 100 m2) + Storage Tanks Airfield access pavement, circulation drives for deliveries and parking, utilities, grading and drainage are all required components of the construction. HVAC work including, but not limit to supply and construction of entire heating, ventilation and air-conditioning system. Water, sewage and compress air systems works including, but not limit to the supply and installation of: Water system, Hot water systems, Oil waste system, Sewage system, sanitary fixtures, Storm Drainage system and Compressed air system. Electrical and BMS systems works including, but not limit to the supply and installation of: � Buildings electrical system according to each building requirement � Lightning Protection � Outdoor Lighting � Outdoor Infrastructure � Very low voltage systems (fire detection systems etc.) � Electrical gates � Building Management System (BMS) � 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. According to DFAR 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is $25,000,000.00 to $100,000,000. 6. KEY REQUIREMENTS: A. Interested Contractors must be United States Prime Contractors and have experience with construction of aircraft hangars and support facilities and the other requirements addressed above. B. Primary disciplines � Structural, � Civil, � Mechanical/Electrical. 7. FOREIGN MILITARY FINANCING: The majority of work will be administered under Foreign Military Financing (FMF), 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. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. 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. 9. 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 US Army 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. 10. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5-page limitation):� Capability Statements should include: Firm�s name, address, English speaking point of contact, phone number, e-mail address, and CAGE Code and Unique Entity Identification number, Firm�s interest in proposing on the solicitation when issued, Firm�s capability and capacity to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Provide examples of 3 projects previously performed within the last 10 years, Firm�s confirmation of being a U.S. company, Firm�s Joint Venture information or Teaming Arrangements (if applicable). 11. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates issuing the solicitation to contractors that respond to this notice in or around March 2024 and award of the contract in or around September 2024. 12. �RESPONSES DUE: All interested contractors should submit responses via email by 1500 hours Central European Time (CET) on 23 January 2024. Submit responses and information to robert.e.corkrum@usace.army.mil and Christian.solinsky@usace.army.mil. No hard copies will be accepted. 14. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Robert Corkrum at Robert.E.Corkrum@usace.army.mil and Contracting Officer Christian Solinsky at Christian.Solinsky@usace.army.mil. � *****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT ******
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8af579a2654b48b695df590bd4ade358/view)
 
Place of Performance
Address: NA, ISR
Country: ISR
 
Record
SN06925145-F 20240104/240102230039 (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.