SOLICITATION NOTICE
Y -- Repair to Beirut Naval Base
- Notice Date
- 3/22/2024 10:03:57 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER24R0005
- Response Due
- 4/2/2024 7:00:00 AM
- Archive Date
- 04/17/2024
- Point of Contact
- Christopher Hunt, Phone: 5406673185, 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
- The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) has a requirement from the Lebanese Armed Forces (LAF) for construction to repair the Beirut Naval Base. Geographically, the project site is 1km from the Port of Beirut. The work contemplated under this contract includes construction, predominantly utilizing a design-bid-build (D-B-B). The Government will be awarding a single firm fixed price (FFP) construction contract, Design-Bid-Build (D-B-B), utilizing the Best Value Trade Off (BVTO) source selection proposal evaluation method. This foreign military financing (FMF) project. � � The project scope includes but is not limited to demolition, construction of 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 communications. Existing utilities, in some locations will be rerouted to support the proposed utility network and maintain facility service connections.� The project will be constructed in accordance with applicable current building codes, safety, and security standards, including Lebanon and U.S. codes and standards.� The contractor shall provide all management, administration, quality control, labor, transportation, equipment, materials, vehicles, heavy equipment, supplies and other items as necessary to perform the services contained in the scope of work. The overall Period of Performance (PoP) shall be seven hundred forty-three (743) calendar days from Notice to Proceed (NTP) for the entire scope of work including three (3) Optional Contract Line-Item Numbers (CLINs).� The magnitude of the project is between $10 Million and $25 Million.� In accordance with Section 42(c) of the Arms Export Control Act, as amended (22 USC �2791(c)), the Foreign Military Financing funds made available for this procurement may not be used to award to other than a United States firm, unless an Offshore Procurement (OSP) determination is made by the Director, Defense Security Cooperation Agency. No OSP determination has been obtained for this procurement. Offers from other than United States firms are ineligible for award. The Government reserves the right, however, to seek an OSP determination at any stage in the procurement, if doing so is in the Government�s best interests. Award will be made to the offeror who represents the best overall value to the Government and has been determined to be responsible in accordance with FAR Subpart 9.1. The Best Value Tradeoff (BVTO) process (see FAR 15.101-1) will be used to determine which proposal provides the greatest overall benefit to the Government, in response to the requirements.� PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued via the solicitation module in PIEE. RESPONSE PERIOD: This is a pre-solicitation notice and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. A response to this notice is not required. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Questions can be sent to Christopher Hunt at e-mail: Christopher.Hunt@usace.army.mil and Anita Ludovici at e-mail: Anita.M.Ludovici@usace.army.mil.� The estimated date for release of the RFP will be on or about 27 MAR 2024. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9b942e4766fa4552ac295214cea7c5a4/view)
- Place of Performance
- Address: Beirut, LBN
- Country: LBN
- Country: LBN
- Record
- SN07006446-F 20240324/240322230051 (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 |