Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2005 FBO #1340
SOLICITATION NOTICE

Y -- Design/Construction - C-130 Maintenance Hangar at Cairo West Air Base, Egypt

Notice Date
7/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-05-R-0016
 
Response Due
10/1/2005
 
Archive Date
11/30/2005
 
Small Business Set-Aside
N/A
 
Description
PROJECT SCOPE: Design and construct a new three bay C-130 Maintenance Hangar of approximately 8,900 square meters at Cairo West Air Base to provide maintenance for the Egyptian C-130 fleet. The facility will support the periodic maintenance on C-13 0 and smaller aircraft. The facility contains pneudraulics, wheel and tire, electrical, environmental, NDI including X-Ray and film processing, composite, structural/machine, upholstery and welding shops. In addition, the facility will have storage areas and administrative offices. Supporting facilities include utility connections, electrical service, exterior lighting, fire protection and alarm systems, paving, walks, drainage, information systems, CCTV system, landscaping and site improvements. Also i ncluded is the relocation of existing support equipment in shops at Cairo West Air Base to the new hangar. Demolition of two existing buildings is required to site the new hangar. Furniture and furnishing shall be Contractor-Furnished/Contractor-Installe d. Options are included for Operations and Maintenance Services, additional utility work, an alternate fire suppression system, and alternate material for the hangar apron. ELIGIBLE CONTRACTORS WILL BE LIMITED TO: (1) U.S. firms, or (2) Joint Ventures o f U.S. and Egyptian firms. To be considered a U.S. firm, the firm must be incorporated and have had its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income declarations for a minimum of three corporat e 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 have a minimum of 51 pe rcent Egyptian ownership and must be an independently-owned firm. Egyptian firms which are partially or wholly-owned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. All qualified firms may express an interest in th is project. MAGNITUDE OF PROJECT: between $10,000,000.00 and $25,000,000.00. Performance and payment bonds will be required. PLANS AND SPECIFICATIONS: This is an electronic solicitation. The Government shall furnish two (2) copies of the CD-ROM conta ining the specifications and plans to prospective offerors at no charge. The official solicitation is found on the CD-ROM. Paper copies of the solicitation and additional copies of the CD-ROM are not available. CONTRACT PROCEDURES: The Request for Prop osal (RFP) will only be issued to qualified firms who have responded to this notice indicating interest in submitting a proposal. Copies will not be released to Suppliers or Plan Rooms. Hard copies of both technical and price proposals will be required. SOURCE SELECTION: A Best Value Tradeoff Process contracting method will be used to evaluate proposals, with it tentatively planned for technical to be slightly more important than cost. Details of the Evaluation Criteria and other procedures will be st ated in the RFP. The procurement is on behalf of the Egyptian Government and does not obligate appropriated funds of the U.S. SITE VISIT: A pre-proposal site visit is tentatively scheduled for the week of 18 September 2005. Firms may have no more than two (2) representatives attend the site visit. The following information is required to process Base Passes for individuals wishing to attend the site visit and MUST be received no later than 15 August 2005 by the Transatlantic Program Center, Egypt Offic e by FAX (011-202-359-6131) or by Mail: Transatlantic Program Center, Egypt Office, U.S. Army Corps of Engineers, ATTN: Ms. Jean M. McAninch, Unit 64901 Box 41, APO AE 09839-4901. A copy of the application should also be sent to Transatlantic Programs C enter, U.S. Army Corps of Engineers, ATTN: Thomas Jackson, P.O. Box 2250, Winchester VA 22604 or FAX (540-665-3625). REQUIRED BASE PASS INFORMATION: PERSONA L INFORMATION REQUIRED FOR BASE PASS REQUEST FOR EACH INDIVIDUAL: (1) Name in full (English), (2) Nationality, (3) Religion, (4) Date of Birth, (5) Place of Birth, (6) Marital Status, (7) Occupation/Specialization, (8) Work assigned to do in Cairo, (9) Fo r Americans, a clear and readable copy of passport picture page including photo for each individual and for Egyptians, a copy of their Egyptian identification. COMPANY INFORMATION REQUIRED FOR BASE PASS REQUEST: (1) Company name; (2) Company nationality; (3) Company address in the U.S.; (4) Local (Egypt) address; (5) Purpose of visit; (6) Duration of visit; (7) Places to be visited; (8) Company telephone and FAX numbers in U.S. and Egypt. TENTATIVE MILESTONE SCHEDULE: (1) Issue RFP 15 August 2005; (2) S ite visit 20 September 2005; (3) Receive Proposals 1 October 2005; (4) Award Contract 21 October 2005. The estimated contract duration is 830 days. REQUESTS: Qualified construction firms interested in receiving this solicitation should send a written re quest to both addressees identified below, with the following information provided in its entirety: (1) Complete Firm Name; (2) Mailing and Shipping Addresses (3) Telephone and FAX numbers; (4) Point of Contact Name and E-Mail Address; (5) and must referen ce the solicitation number (W912ER-05-R-0016). E-mail your request to receive the solicitation to BOTH: Vicki.F.Shepherd@tac01.usace.army.mil and Robyn.Ratchford@tac01.usace.army.mil. PLEASE NOTE: The Base Pass information must be sent to the EGYPT OFF ICE of the Transatlantic Programs Center, whereas the request to be included on the Planholders List and receive the solicitation must be sent to the HEADQUARTERS OFFICE of the Transatlantic Programs Center in Winchester, VA.
 
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
SN00854992-W 20050728/050726212500 (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  © 1994-2020, Loren Data Corp.