Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2006 FBO #1591
MODIFICATION

Y -- Chaparral Missile Maintenance Facility, Wadi Hauf, Egypt

Notice Date
4/3/2006
 
Notice Type
Modification
 
NAICS
236210 — Industrial 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-06-R-0014
 
Response Due
4/18/2006
 
Archive Date
6/17/2006
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This announcement is for the purpose of soliciting names of United States Construction firms or US/Egyptian firms that are in joint venture and registered with the USA.. To be considered a U. S. firm, the firm must perform construction a s significant portion of its business; incorporated in the U.S.; corporate headquarters are in the United States; shall have filed corporate and employment tax returns in the United States for a minimum of 2 years (if required); has filed State and Federa l income tax returns (if required) for 2 years, and has paid any taxes due as a result of these filings; and employ U. S. citizens in key management positions. To be considered an Egyptian firm, the firm must be a minimum of 51 percent Egyptian ownership and 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. Performance Payment Bond will be required. The estimated cost of this project is between $1,000,000.00 and $5,000,000.00. PROPOSAL BID PERIOD: The solicitation is scheduled for release on or about 28 April 2006 and the proposal due date on or about 15 June 2006. Do not send a second request if this solicitation is delayed for any reason. PROJECT SCOPE: The project is construction of a Chaparral Missile Maintenance Facility at Cairo, Egypt. The project consists of construction of maintenance facility having an approximate size of 450 square meters. The maintenance facility include s assembly and disassembly workshop, missile testing area, missile assembly area, temporary missile storage area and administrative support area. In addition the project includes missile storage igloo capable of storing 200 missiles, high and low pressure air compressors, access road, masonry fence, parking and all associated utilities for Government furnished testing equipment. The project site is within the boundaries of a military controlled area at Cairo Suez Desert Road, Egypt. PROPOSAL PROCEDURES: Th e Request for Proposal (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 a technical and price proposal w ill be required. A 'Best Value Tradeoff' Process contracting method will be used to evaluate proposals. Evaluation criteria and other precedence will be stated in the request for proposal (RFP). The procurement is on behalf of the Egyptian Government and d oes not obligate appropriated funds of the U.S. A pre-proposal site visit is tentatively scheduled for the week of 05 June 06. 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 the site visit and MUST be received no later than 5 May 2006 by the Transatlantic Program Center, Egypt Office by fax (011-202-359-6131) or E-mail to Mr. Tamer Kafafi at Tamer.S.Kafafi@usace.army.mil. A copy of the application should also be sent to Transatlantic Programs Center, U.S. Army Corps of Engineers, P.O. Box 2250, Winchester, VA 22604, ATTN: Kanwal Nain or by fax (540-665-3625). PERSONAL INFORMATION REQUIRED FOR BASE PASS REQUEST FOR EACH INDIVIDUAL: (1) N ame 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) For Americans, a clear and readable copy of passport photo for each indiv idual and for Egyptians, a copy of their Egyptian identification; and (10) A copy of a current AIDS certificate certifying that the individual does not have AIDS. 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) Address in U.S.; (6) Purpose of visit; (7) Length of Visit (From, To); (8) Places to be visited ; (9) Company address in Egypt; (10) Company telephone and fax numbers in U.S.; (11) Company telephone numbers and fax in Egypt; (12) Company's American Director's name in Egypt; and (13) Company's American Director's name in U.S. . Qualified firms interested in receiving this solicitation should send a written request to both of the addresses identified below, with the following information provided in its entirety: (1) complete firm name; (2) mailing and shipping addresses; (3) telephone and fax nu mbers; (4) Point of Contact name and e-mail address; (5) and must reference the solicitation number. PLANS AND SPECIFICATIONS: This is an electronic issued solicitation. The Government shall furnish two (2) copies of the CD-ROM containing the specification s 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-ROMs are not available. Please note that the base pass information must be sent to the Egyp t Office of the Transatlantic Programs Center, whereas the request to be included on the plan holders list must be sent to the headquarters office of the Transatlantic Programs Center in Winchester, Virginia. ORIGINAL POINT OF CONTACT: Mr. Lynn C Johnson, Contracts Specialist, Telephone 540-665-6655; FAX 540-665-4033; or E-Mail Lynn C. Johnson@usace.army.mil. REQUEST FOR PROPOSAL & QUESTIONS: E-Mail your Request for Proposal and Questions to US Army Corps of Engineers, Transatlantic Programs Center, to ' both' of the following: (1) Lynn.C.Johnson@usace.army.mil AND (2) Robyn.Ratchford@usace.army.mil
 
Place of Performance
Address: n/a Wadi Hafu n/a na
Zip Code: na
Country: EG
 
Record
SN01020087-W 20060405/060403220501 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.