Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

Y -- Construction Project in Israel

Notice Date
1/27/2012
 
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
W912GB-12-R-0012
 
Response Due
2/17/2012
 
Archive Date
4/17/2012
 
Point of Contact
Michael Pearson, 0611-9744-2834
 
E-Mail Address
USACE District, Europe
(michael.d.pearson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 construction services contract during the Summer of 2012. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. 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. Description of Services: The U.S. Army Corps of Engineers Europe District may conduct a competitive procurement for a contractor to provide construction services within Israel. The Government requires a contractor to construct a complex facility with site development challenges. The key disciplines required for this construction services include electrical, communication, mechanical/HVAC, and plumbing. The estimated magnitude of construction is between $25,000,000 and $100,000,000. The maximum contract duration of construction is anticipated to be 900 calendar days from Notice to Proceed. The North American Industrial Classification System Code (NAICS) is 236220. Foreign Military Sales Requirement: The proposed facilities construction will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations. The contract will be awarded and paid in U.S. dollars. This procurement is restricted to United States firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in this solicitation must be U.S. firms. Any joint-venture must be with another U.S. firm. Security Clearance Requirements: A fundamental condition for participation in this tender is that the Offerors must implement and execute all security clearance requirements. The Offerors must possess a US Secret or Israeli Sodi Security Clearance. The Offerors competing in the Phase II Request for Proposal are required to qualify their office and personnel in accordance with the tender Security Clearance Requirements. The Security Clearance Requirements are: 1.) Obtaining a minimum US Secret or Israeli Sodi Security Clearance for the offices and installation of the company, to include either a US facility clearance or an Israeli clearance to store material classified at the Sodi level for facilities in Israel and signing of a security agreement with the Israeli Ministry of Defense (MOD); 2.) Implementation of a personal Israeli Sodi security clearance process for company management within Israel and US Secret for those within the US. that includes the completion of a set of declarations and personal details as well as all security related trainings such as Information Assurance (IA) and Security Education Training and Awareness (SETA); 3.) The Offeror is required to complete and submit the personal security clearance forms to MALAMB (security body appointed by the Israeli MOD) or provide US Secret for US personnel; 4.) Some of the Offeror's representatives and workers involved in the project will be required to have personal security clearances at the level of US Secret or Israeli Sodi due to their exposure to information at this classification; 5.) An Offeror competing on Phase II must have a US Secret Clearance for a US firm or an Israeli Sodi clearance. The personnel, to include CEO, Deputy CEO, Contract Manager, Project Manager, Security Officer/Security Trustee, Quality Assurance, Safety and any other persons involved in writing the Offeror's proposal must also meet these criteria. Solicitation: The project solicitation will consist of two (2) phases; Phase I - Pre-Qualification of Offerors and Phase II - Requests for Proposals from Pre-Qualified Offerors. Phase I - Pre-Qualification of Offerors This announcement and request of pre-qualification submissions constitutes Phase I. This agency will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth herein. Phase II - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified 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 all specifications and drawings as well as additional contractual requirements which the contractor will review in order to prepare a technical and price proposal. The anticipated issuance of the formal RFP from Pre-Qualified Offerors is June 2012. The proposal due date for both technical and price proposals is anticipated to be July 2012. Offeror's response to this Synopsis shall be limited to five (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 five (5) page limitation) Offeror's name, addresses, point of contact, phone number, and e-mail address as well as a declaration of the Offerors interest in proposing on the solicitation when it is issued. Offerors capability to meet personnel requirements and security requirements. Offerors capability to perform a contract of this magnitude and complexity (include Offeror's in-house capability to execute this requirement, comparable work performed within the past five (5) years, a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project). Offerors shall provide at least three (3) examples. Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 15:00 hrs (CET) 17 February 2012. All interested Offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award and may call 1-888-227-2423 or visit the website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this action. E-mail responses to the Primary Contracting Point of Contact, Mr. Mike Pearson, michael.d.pearson@usace.army.mil, Tel: +49 (0)611 9744-2834. The Alternate Contracting Point of Contact is Ms. Rachael Raposa, rachael.raposa@usace.army.mil, Tel: +49 (0)611 9744-2600.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-12-R-0012/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02663218-W 20120129/120127235054-9560af033f74d9c80295551a8155cb5a (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.