Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOURCES SOUGHT

Y -- Design and Renovate Buildings,C130J Support Services, Al Muthana, Iraq

Notice Date
3/20/2012
 
Notice Type
Sources Sought
 
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-12-R-0034
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Charles H. Hollingsworth, 540-665-3446
 
E-Mail Address
USACE Middle East District
(charles.h.hollingsworth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE Subject: Design and Renovate Buildings, C130J Support Services, Al Muthana, Iraq Solicitation No: W912ER-12-R-0034 Issue Date: 20-Mar-2012 Response Date: 29-Mar-2012 Set Aside: N/A Contracting Office Address: US Army Corps of Engineers - Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 NAICS Code: 236220 Classification Code: Construction of Structures and Facilities SYNOPSIS: The U.S. Army Corps of Engineer (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. This announcement is for the design and renovation of several buildings for the Iraq Air Force (IQAF) located on the New Al Muthana Air Base (NAMAB) in Baghdad, Iraq. The contractor shall comply with all base security requirements. A firm fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $1,000,000 and $5,000,000. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 4 April 2012. The proposals will be due on or about 3 May 2012. Contract award is scheduled on or about 24 May 2012. PROJECT SCOPE: The U.S. Army Corps of Engineer (USACE) Middle East District has the requirement to design, construct and renovation of five (5) existing contingency built buildings for the Iraq Air Force in order to support their newly acquired C-130J aircraft. The contractor shall provide complete design documents in order to renovate and construct the facilities. The Contractor shall be required to develop the civil drawings and final designs. Technical requirements and conceptual floor plan layouts pertaining to the facilities have been provided. All facilities shall be designed and constructed/renovated in accordance with local building codes and internationally recognized standards with respect to safety and general construction, and as described in these documents. The facilities as listed below are located in the existing compound of the IQAF New Al Muthana Air Base (NAMAB) Baghdad, Iraq. All buildings will be renovated to operational condition. 1. Building 520(approximately 1476 square meters (SM), C-130J Spare Parts Warehouse with shelving (the shelving is to be government furnished and contractor installed). 2. Building 521(approximately 1476 SM), Aerospace Ground Equipment (AGE) vehicle maintenance and office, including a tool room, self supporting 3 ton overhead hoist (the 3 ton overhead hoist/crane is to be government furnished and contractor installed), and an approximate 10m by 13m concrete pad for washing AGE with oil water separator. 3. Building 522 (approximately 1476 SM), shipping & receiving warehouse with two (2) offices, high value storage cage, shelving (the shelving is to be government furnished and contractor installed), and chain link fence storage area with locking gates on outside of building. 4. Building 523 (approximately 717 SM), engine and propeller storage area with shelving (the shelving is to be government furnished and contractor installed). Including the removal of 5 large exterior doors with replacement with solid walls constructed of the same materials as the existing exterior walls. Replace remaining large exterior doors with large exterior overhead roll up doors and replace man doors. See conceptual floor plans for correct door removal. 5. Building 524 (approximately 717 SM), engine and propeller maintenance area with two (2) offices, and self supporting 3 ton overhead hoist (the 3 ton overhead hoist/crane is to be government furnished and contractor installed). Including the removal of 5 large exterior doors with replacement with solid walls constructed of the same materials as the existing exterior walls. Replace remaining large exterior doors with large exterior overhead roll up doors and replace man doors. See conceptual floor plans for correct door removal. 6. Building 523 & 524 Access road pavement construction (see conceptual drawings for approximate location and approximate dimensions) This will be a design-build solicitation therefore, design experience will be requested. The contractor shall be required to perform topographical and geotechnical studies to develop the civil and final designs. All work identified in the Scope of Work shall be completed approximately within 180 calendar days from the Notice to Proceed. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued only to prime construction contractors. Copies will not be released to suppliers, subcontractors and plan rooms. The Lowest Price Technically Acceptable (LPTA) contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the solicitation. This acquisition will result in a single fixed price construction contract awarded based on LPTA determination. PLANS AND SPECIFICATIONS: This is an electronically issued solicitation. The Government proposes to post the RFP to a file transfer protocol (ftp) site and be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: Mr. Charles Hollingsworth, Contract Specialist, Telephone (540) 665-3446, e-mail charles.h.hollingsworth@usace.army.mil NEW PROCESSES AND PROCEDURES/INFORMATION FOR: REQUESTING SOLICITATIONS/BIDDERS LIST REGISTRATION/PASSWORD RETRIEVAL INFORMATION /EMAIL ALERTS For Bidders List Registration and Email Alerts log onto the link listed below. (Solicitation release information and required password/s will only be released to those who have electronically filled out a Capabilities Statement. Capabilities Statements are required for EACH solicitation of interest.) http://www.aed.usace.army.mil/contracting.asp Click the Sources Sought Tab, click on the Capabilities Statement "Complete" button of the solicitation of interest, fill in the requested information and then click on Register. This will Automatically place you on the Bidders List for subject solicitation. Once you have completed the Sources Sought Information return to the Home page and click on "Sign Up for Email Alerts." This function allows you to receive Automatic email alerts when any new solicitation actions occur. Automated Capabilities Statement entries must be completed prior to the release of the solicitation due to the fact that solicitation password information is only sent to those who have completed the on-line Capabilities Statement. Your submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. Questions concerning the New Processes and Procedures can be sent to Charles Hollingsworth, Telephone (540) 665-3446, e-mail charles.h.hollingsworth@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0034/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02701328-W 20120322/120321000128-7dfdff9b12cb3acc0a9d152fb1c4c1e9 (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.