Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2010 FBO #3021
SOURCES SOUGHT

Y -- Construct a Consolidated Intelligence Center, Germany

Notice Date
3/1/2010
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0031
 
Response Due
3/19/2010
 
Archive Date
5/18/2010
 
Point of Contact
Jaime Jerde, 611 9744 2834
 
E-Mail Address
USACE District, Europe
(jaime.m.jerde@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Europe District (EUD) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract for the Consolidated Intelligence Center (CIC) at Wiesbaden Army Airfield (WAAF), Germany. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have the capabilities to complete and perform a contract of this magnitude, and to address any questions, recommendations, or concerns from Industry. c. Description of Project: Construct a Consolidated Intelligence Center (126,556 SF) at WAAF, Germany. This project will construct a facility for HQ USAREUR. The facility will include multiple operations centers, collaboration spaces, storage, personnel support functions, and standby generators. Supporting facilities include water, sanitary and storm sewer, electric, walkways, heat distribution lines, paving, storm drainage, parking, site and road improvements.. Access for individuals with disabilities will be provided in public areas. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features are included in the construction. d. Security Requirements: This project will include the construction for HQ USAREUR operations that will process communications. The following special procedures must be followed during construction. 1) Requirements for Construction: The Prime Contractor shall be a US Firm to manage and construct the facility. EU labor (Restrictions apply) may be utilized to build and install the concrete foundation and walls; plumbing, electrical, and communications infrastructure; fire detection and suppression systems; and HVAC systems. (2) Access Control Requirements: A project site pass system shall be implemented by EUD and required for all construction personnel, deliveries and visitors. The construction site access control process is required, and will include an effective screening and searching procedures for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. (3). Control of Material: All material procured locally for construction will be subject to inspection by government personnel. After material is procured and inspection is completed the material must be stored within the construction area or a secured storage area must be used. e. Magnitude of Project: The magnitude for this project is between $10,000,000 and $100,000,000. (It is anticipated that this project will be incrementally funded.) f. Performance Period: Duration of construction is 960 calendar days from Notice to Proceed or Award date. Solicitation: a.The project solicitation will consist of two (2) phases. Phase I Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I. The USACE will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth. Phase II Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed pricing in Phase II. The RFP will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. b. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor shall have the capability to perform at least 20% of the contract work with his/her own employees. c. Award will be based on overall Best Value to the Government using the Trade-off process. d. Anticipated solicitation issuance date for Phase I is June 2010. The estimated proposal due date for the first technical proposals is expected to be July 2010. Phase II of the solicitation is anticipated to be sent to qualified firms in September 2010. The estimated proposals due date for the 2nd technical proposals and price proposals is October 2010. f. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information: (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation) Offerors name, addresses, point of contact, phone number, and e-mail address. Offerors interest in bidding on the solicitation when it is issued. Offerors capability to meet personnel requirements. Offerors capability to perform a contract of this magnitude and complexity (include offerors in-house capability to execute construction, comparable work performed within the past ten (10) years brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offerors Joint Venture information if applicable existing and potential. Offerors Bonding Capability (construction bonding level per contract expressed in dollars). Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (CET) 19 March 2010. All interested contractors must be registered in CCR to be eligible for award of Government contracts. FAX or email responses to: Ms. Jaime Jerde, Contract Specialist Email Address: Jaime.m.jerde@usace.army.mil, and Ms. Elaine Gray-Frasure, Contracting Officer, CENAU-CT, Europe District, Email address: elaine.s.gray@usace.army.mil. Email is the preferred method when receiving responses to this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0031/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02079864-W 20100303/100301235414-1ed3885e3f0041ddd18f9d03538411c1 (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.