Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOURCES SOUGHT

Y -- Design-Bid-Build Construction for Hamat Airbase in Lebanon for USACE Middle East District (TAM)

Notice Date
6/6/2024 11:45:48 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
W912ER24R0021
 
Response Due
6/25/2024 12:00:00 PM
 
Archive Date
07/10/2024
 
Point of Contact
Igor Malyshev, Phone: 540-665-2622, CHRISTOPHER Hunt, Phone: 5406673185
 
E-Mail Address
igor.d.malyshev@usace.army.mil, christopher.hunt@usace.army.mil
(igor.d.malyshev@usace.army.mil, christopher.hunt@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�full airfield runway, aircraft taxiway and helicopter taxiway. Work will include demolition, earthwork and removal, relocation of existing services such as sewage and buildings. �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 LAF�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�TBD. STATEMENT OF WORK Work will include demolition of existing runway/shoulders/overrun pavements; demolition of enough existing taxiway to tie into the proposed runway; site grading to improve the leveling of the runway; airfield pavement in accordance with the Contract Documents; includes any saw-cutting, striping, and all other finishing activities in accordance with the Contract Documents; includes tie-in to existing Taxiway Alpha, construction of new Taxiway Bravo, and stub-outs to future Taxiways; and relocation of a portion of the sanitary sewer that crosses the runway. Electrical includes future electrical/communications conduits, taxiway lights (blue), runway edge lights (white), overrun lights (blue), threshold lights (red/green bi-directional), lighted Taxiway Guidance signs, and lighted Runway Distance Remaining Signs (RDR). POP is TBD. OPTION 01 Work will include additional taxiway, shoulder and HMA markings & lines. Will require earthwork, grading, cut, fill and compaction. 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 additional taxiway (to helicopter parking), shoulder and HMA markings & lines. Will require earthwork, grading, cut, fill and compaction. �All demolition work, as shown and required to support the installation of the proposed work, is also included. POP is�TBD. OPTION 03 Work will include additional taxiway and HMA helicopter parking, shoulder and HMA markings & lines. Will require earthwork, grading, cut, fill and compaction.� 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 and $25,000,000. Interested PRIME CONTRACTORS should submit a capabilities package to BOTH SFC Igor Malyshev at igor.d.malyshev@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 W912ER24R0021 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/bad163fcf02c40d882bf9349f37fb4c3/view)
 
Place of Performance
Address: LBN
Country: LBN
 
Record
SN07089440-F 20240608/240606230126 (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.