Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

Y -- CORROSION CONTROL FACILITY (CCF), Cairo West Air Base, Egypt

Notice Date
4/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
DACA78-02-R-0022
 
Response Due
7/16/2002
 
Archive Date
8/15/2002
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
Email your questions to US Army Corps Of Engineers - Transatlantic Programs Center
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA CORROSION CONTROL FACILITY (CCF), Cairo West Air Base, Egypt, SOL. DACA78-02-R-0022, DUE: 16 Jul 2002, POC: Vickianne F. Shepherd, 540-665-3680. This announcement is for the purpose of soliciting names of firms or joint ventures interested in submitting an offer for the Corrosion Control Facility at Cairo West Air Base, Egypt. Eligible contractors will be limited to: (1) U.S. Construction firms, or (2) Joint Ventures between U. S. Firms, including at least one U. S. Construction firm, (3) Joint Ventures between U. S. firms and Egyptian firms, including at least one U. S. Construction firm. To be considered a U. S. construction firm, the firm must perform construction as a significant portion of its business; must be incorporated and have its corporate he adquarters in the U.S. for a minimum of three years; shall have filed state and federal income tax declarations for a minimum of three corporate years within the preceding four-year period, having paid any applicable taxes determined to be due as a result of such filing; and employ U. S. citizens in key management positions. To be considered an Egyptian firm, the firm must be a minimum of fifty-one percent Egyptian ownership; and an independently owned firm. Egyptian firms which are partially or wholly ow ned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. Performance and payment bonds will be required. The estimated cost of this project is between $5,000,000.00 and $10,000,000.00. PROJECT SCOPE: The work includes , but is not limited to; proving all necessary equipment, labor, materials and supplies to construct a new Corrosion Control Facility to support maintenance of various aircraft under the E-2c Program at Cairo West Air Base, Egypt. The Corrosion Control Fa cility will provide the Egyptian Air Force with a modernized facility for the efficient and economical execution of various paint stripping and coating operations required for supporting successful aircraft operations. The construction contract for this p roject will consist of the following main efforts: (1) The Corrosion Control Facility will consists of a two-story administration area consisting of a training room, conference room, offices, break room, sleeping quarters, toilets and lockers. (2) Also i ncluded in this project effort is the design and construction of an industrial waste treatment system (IWTS). This item will be included in the Corrosion Control Facility construction contract and shall provide the necessary treatment for all industrial w astes from the Corrosion Control Facility. (3) Operation and Maintenance, of the above facilities shall be included in the construction contract as two one-year options. PLANS AND SPECIFICATIONS: This is an electronically issued solicitation. The Gove rnment shall furnish two (2) copies of the CD-ROM?s containing the specifications and plans to prospective offerors at no charge. Paper copies of the solicitation and additional copies of these CD-ROMs are NOT available. CONTRACT PROCEDURES: This will b e a Best Value Award requiring both a price proposal and a technical proposal. Evaluation factors will include at a minimum Past Performance, Management Capability and Experience. Price will be evaluated for a determination of price reasonableness and an understanding of the Scope of Work. Complete evaluation criteria and order of importance will be conveyed within the solicitation document. The contract will be awarded on a firm-fixed price basis. Tentative date for issuance of RFP DACA78-02-R-0022 is 15 May 2002. Tentative date for receipt of proposals is 16 July 2002. Projected award date is 26 August 2002. The estimated contract duration is eighteen (18) months. A pre-proposal site visit is tentatively scheduled for 13 June 2002. Firms may not have more than two (2) representatives attend the site visit. The following information is required to process base passes for individuals wishing to attend th e site visit and MUST be received not later than 22 April 2002 by the Transatlantic Program Center, Eqypt Office by fax (011-202-359-6131 or 6048) or by mail Transatlantic Programs Center, Egypt Office, U. S. Army Corps of Engineers, ATTN: Mr. Mohamed Sha heen, Unit 64901 Box 41, APO EA 09839-4901. PERSONAL INFROMATION FOR BASE PASS REQUEST. 1. Name/Rank: 2. Religion; 3. Nationality: 4. Date and Place of Birth; 5. Specialization; 6. Mil/Civ; 7. Material Status; 8. Mission in Egypt; 9. Passport Numb er, Expiration Date & Issue Date; 10. Cairo Address; 11. U.S. Residence; 12. Base Pass From/To; 13. Bases to Visit; 14. FMS/Contract Number; 15. Company Name; 16. Company Address; 17. Company Specialization; 18. AIDS Certificate; 19. Armed Forces POCs; 20. Security Clearance; 21. Social Security Number. Eligible firms interested in receiving this solicitation should address their requests to Vickianne F. Shepherd. Requests for the solicitation may be mailed to the Transatlantic Programs Center, Attention: CETAC-CT-CC, Vickianne F. Shepherd , P.O. Box 2250, Winchester, VA 22604-1450, or faxed to 540-665-4033. The request must state the name of the firm, whether the firm?s interest is as a prime construction contractor or a subcontractor/suppli er, both mailing and shipping addresses, telephone and fax numbers, point of contact, and must reference the solicitation number. Please note the base pass information must be sent to the Egypt Office of the Transatlantic Programs Center, while the reque st to be included on the planholders list must be sent to the headquarters office of the Transatlantic Programs Center in Winchester, VA. In accordance with the requirements stated above, all responsible sources may submit a proposal for consideration.
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
Country: US
 
Record
SN00055763-W 20020411/020410063633 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.