Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2010 FBO #3018
SOLICITATION NOTICE

Y -- Design/Bid/Build Waterfront Development Program, Phase II, U.S. Naval Support Activity, Bahrain

Notice Date
2/26/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-10-R-0040
 
Response Due
4/27/2010
 
Archive Date
6/26/2010
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
USACE Middle East District
(robyn.ratchford@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the purpose of soliciting names of construction contractors interested in submitting a proposal for providing Design/Bid/Build construction services for a Waterfront Development Program, Phase II, at the US Naval Support Activity, Bahrain, consisting (1) a small craft berthing facility, (2) a combined Port Operations and Harbor Patrol Facility and (3) transformer buildings. Estimated Magnitude of Construction: $25 - $100 Million. US Army Corps of Engineers, Middle East District (CETAM), will design the facilities and award a Firm Fixed Price (FFP) contract for the construction of the facilities. The expected contract duration is 730 calendar days from Notice to Proceed. Military Construction (MILCON) appropriated funds are presently not available for this acquisition. No contract award will be made until appropriated funds are made available. All contractors shall be licensed to do business in the Kingdom of Bahrain or demonstrate the ability to be licensed at contract award and will comply with the laws and regulations of the Kingdom of Bahrain. The solicitation will be issued to prime construction contractors only and at no cost. All requests will be checked to verify the requester is a prime construction contractor. The solicitation WILL NOT be provided to subcontractors, suppliers, vendors or plan houses; therefore, requests from these type entities are not to be submitted. The solicitation WILL NOT be available over the internet. The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Best Value Trade-Off Process Source Selection analysis of all proposals. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. The RFP will contain DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms. This provision states, in part, that military construction contracts funded by a military construction appropriation that are estimated to exceed $1,000,000 and are to be performed in countries bordering the Arabian Gulf shall be awarded only to US firms, unless, the lowest responsive and responsible offer of a US firm exceeds the lowest responsive and responsible offer of a foreign firm by more than twenty percent (20%). Offers from firms that do not qualify as United States firms will be evaluated by adding 20% to the offer. To be considered a U.S. firm, the firm must: (1) be incorporated and have its corporate headquarters in the U.S.; (2) have filed corporate and employment tax returns in the U.S. for a minimum of two years (if required) and have filed State and Federal income tax returns (if required) for two years; (3) have paid any applicable taxes determined to be due as a result of such filings; (4) and employ U.S. citizens in key management positions. Joint Venture (JV) arrangements are allowed so long as the Government can classify the JV as a U.S. entity. For a JV to be considered a U.S. entity, the U.S. firm must be the controlling partner, with at least 51% vested financial interest in the JV. An organized site visit will be conducted. information concerning the site visit will be provided in the RFP. Site visit attendance is limited to two (2) people per firm. Attendance is not mandatory. The site visit date is subject to change at any time due to Base Operations. To gain entry to NAVSUPPACT Bahrain, a Common Access Card (CAC) is required. All others will require escort by a Government Representative, for which a valid passport with Bahrain entry visa or local Central Population Card (CPR) will be required. For Mina Salman Port access, a copy of CPR & Passport (Bahrain Resident) or Passport (Visitor) is required well in advance (two weeks) of the site visit. The tentative date for issuance of RFP Number W912ER-10-R-0040 is March 16, 2010. The tentative date for receipt of proposals is scheduled for April 27, 2010. Tentative date to award the contract is June 14, 2010. Site access will be available approximately 5 business days after issuance of contract. Firms interested in receiving this solicitation should send a written request, Attention Nancy R. Aronhalt, to the address listed above, via e-mail (preferred) (Nancy.R.Aronhalt@usace.army.mil and Robyn.Ratchford@usace.army.mil), or fax (540-665-4033). The request MUST STATE THE FOLLOWING: (1) the name of the Company; (2) the Companys DUNS and CAGE numbers for the Company or Joint Venture; (3), mailing and shipping addresses of the Company; (4) telephone and fax numbers; (5) Name of a Company Point of Contact, to include the Point of Contacts e-mail address; and (6) reference the solicitation number. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside, yet in evaluating an offerors small business subcontracting, the Government shall give greater weight to offerors plans that reasonably propose the greatest use of small business subcontracting as defined in FAR 19.705-4. Points of Contact Nancy R. Aronhalt, 540-665-3686 and Robyn Ratchford, 540-665-3676. Email your questions to US Army Corps of Engineers Middle East District: Nancy.R.Aronhalt@usace.army.mil & Robyn.Ratchford@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0040/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02077617-W 20100228/100226235300-5a430c909c6f92e983b8ba5b60b39263 (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.