Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2006 FBO #1504
SOLICITATION NOTICE

Y -- PACER FORGE FACILITIES SUPPORT, PHASE III, VARIOUS LOCATIONS, EGYPT

Notice Date
1/6/2006
 
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
W912ER-06-R-0006
 
Response Due
3/14/2006
 
Archive Date
5/13/2006
 
Small Business Set-Aside
N/A
 
Description
PURPOSE OF ANNOUNCEMENT: To solicit names of firms or Joint Ventures interested in submitting an offer on the following described project. TYPE OF CONTRACT: The U.S. Army Corps of Engineers, on behalf of the Government of Egypt, shall award an Indefinite Delivery-Indefinite Quantity, Cost Plus Award Fee, contract for minor construction, repairs, operational support, and maintenance of variou s Egyptian military installations and base facilities. Ordering Limitations: (1) Guaranteed Minimum for Base Year: $1M; (2) Guaranteed Minimum for Each Option Year: $1M; (3) Maximum Amount for Five Years: $100M. PROJECT ESTIMATED MAGNITUDE: Between $100M and $250M. PROJECT SCOPE: The contractor shall provide all labor, materials, and equipment to provide the following support at various government facilities and installations in the country of Egypt: Surveys and inspections, minimal design, minor construction and r epairs at various Egyptian military facilities on an as-needed basis. The minor construction and repairs are estimated to account for approximately seventy (70%) of the contractors effort. The contractor shall also provide limited operational support an d maintenance for major utility systems such as power plants, water and wastewater treatment plants, and associated distribution systems at various military installations. The contractor shall provide service contracts for the repair and maintenance of sp ecialty equipment and systems, such as fire alarm systems, elevators, complex control systems, HVAC systems, UPS systems, frequency converters, and high-pressure hydraulic systems. In addition, the contractor shall provide operation and maintenance (O&M) technical advice and transportation for the Egyptian Air Force (EAF) O&M management and technicians. The contractor shall also procure, receive, warehouse and issue consumables, spare parts, and construction materials. CONTRACT PERIOD OF PERFORMANCE: One Year with Four each One Year Options for a total of Five Years. CONTRACT AWARD PROCEDURES: This will be a Best Value Evaluated Award requiring proposal submission of both a technical and cost proposal. The solicitation will include the following technical evaluation factors, at a minimum, (1) Management and Technica l Capabilities, (2) Experience, and (3) Past Performance. Price will not be scored or assigned a rating. Price will be evaluated for completeness, reasonableness, and cost realism. No award will be made to a firm which does not have an adequate cost acc ounting system. LIMITED COMPETITION: Request for Proposal (RFP) will be issued only to prime construction contractors responding to this notice. All responses to this announcement shall be directed to U.S. Army Corps of Engineers, Transatlantic Programs Center, ATTN: Na ncy R. Aronhalt and Robyn Ratchford, P.O. Box 2250, Winchester, VA 22604-1450. Responses are required to be in writing via letter, FAX (540-665-4033), or E-Mail (E-Mail preferred) (Nancy.R.Aronhalt@tac01.usace.army.mil and Robyn.Ratchford@tac01.usace.arm y.mil . Contractors will be limited to: (1) U.S. construction firms; (2) Joint Ventures between U.S. firms, including at least one U.S. construction firm; or (3) Joint Ventures between U.S. Firms and Egyptian firms, including at least one U.S. constructi on 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 headquarters in the U.S.; must have paid corporate franchise and employment taxes in the U.S. for a minimum of two years and shall have filed state and federal income tax declarations for a minimum of two corporate years, having paid any applicable taxes determined to be due as a result of such filings; and employ U.S. citizens in key management positions. To be considered an Egyptian firm, the firm must have a minimum of fifty-one percent (51%) Egyptian ownership and must be an i ndependently owned firm. Firms, which are partially or wholly owned by, or otherwise affiliated with the Government of Egypt or its agencies, are ineligible. SPECIFICATIONS: This is an electronically issued solicitation. The Government shall furnish two (2) copies of the CD-ROM(s) containing the specifications to prospective offerors at no charge. The official solicitation is found on the CD-ROM(s). Paper c opies of the solicitation and additional copies of these CD-ROM(s) are NOT available. TENTATIVE SCHEDULE: Issue RFP 23 Jan 06; Receive Proposals 14 Mar 06; Award 1 Jul 06. In accordance with the requirements stated above, all responsible sources may submit a proposal for consideration. PRE-PROPOSAL CONFERENCE/SITE VISIT: This is tentatively scheduled for 20  21 Feb 06. Point of Contact, in Egypt, for firm date, time, location, etc. is the following individual: Ms. Jean McAninch; Telephone 011-202-359-1039 (office), 011-012-244-8055 (mobile); E-Mail: Jean.M.McAninch@tac01.usae.army.mil . Offerors are l imited to two (2) individuals attending.
 
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
SN00962485-W 20060108/060106212318 (fbodaily.com)
 
Source
FedBizOpps 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.