Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

Y -- uropean Phased Adaptive Approach, Phase III Construction Contract, Aegis Ashore in Poland

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
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-15-R-0022
 
Response Due
7/31/2015
 
Archive Date
8/30/2015
 
Point of Contact
Dayon Tre Santos, 49 061197442427
 
E-Mail Address
USACE District, Europe
(dayon.t.santos@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-solicitation notice for interested Offerors for the European Phased Adaptive Approach, Phase III Construction Contract, Aegis Ashore in Poland. The U.S. Army Corps of Engineers Europe District (EUD) anticipates the issuance of a Request for Proposal and the award of a fixed price award fee construction contract. Award will be based on overall Best Value to the Government using the Trade-off process. The government intends to issue the solicitation on or about 11 June 2015 to those firms meeting the qualification requirements as outlined below. The magnitude for this project is between $100,000,000 and $250,000,000. (It is anticipated that this project will be incrementally funded.) The duration of construction is estimated at 720 calendar days from Notice to Proceed; however, there are several critical milestones which will be defined in the request for proposal documents which are require completion prior to the 720 calendar day overall completion date. No reimbursement will be made for any costs associated with providing information in response to this pre-solicitation notice or any follow up information requests. Description of Project: The work under this contract will consist of three launcher foundations, aprons and crane pads; a reconstitutable Deckhouse (RDH) foundation and Deckhouse Support Building (RSB); reconstitutable 4MW High Altitude Electromagnetic Pulse (HEMP) backup power plant consisting of relocatable generators, switchgear and transformers; non-HEMP Backup Power Infrastructure; communications equipment pad; alignment tower and shelter foundations; missile storage facility; secure warehouse; 90,000 gallon diesel-fuel storage for backup generators; vehicle and material handling equipment filling station; 10,000 gallon diesel-fuel storage tank and fuel truck offload facility; 100,000 gallon fire-water storage tank; restricted area entry control; integrated electronic security system infrastructure; perimeter security fencing, gates and a patrol road within the restricted area boundary; US Installation fencing and gates. Supporting facilities include electrical services; water, sewer; paving, walks, storm drainage; fire protection and alarm systems; site improvements; wastewater pumping station; telecommunications and information management systems. The project also includes connection to a sewage lift station; water supply wells; water treatment plant and a 30,000-gallon potable water storage tank. Life safety and handicapped accessibility requirements will be implemented in these facilities. Site activation facilities include: Connection to temporary utilities; complete temporary office space for MDA personnel and contractors that will be responsible for Weapons Systems installation and checkout (that is not part of the MILCON contactor responsibility); complete temporary warehouse with guard station, HAZMAT facility, and welding facility; complete temporary vehicle wash rack with water storage; and complete temporary backup power with fuel storage. Security Requirements: Although the vast majority of this project is not classified and is suitable for foreign sub-contractors, this project will include some limited portions of construction that will require the ability to handle classified and/or sensitive documents. The following special security procedures shall be followed during construction 1) Requirements for Construction - The Prime Contractor shall be a US Firm to manage and construct the facilities and must hold a Facility Security Clearance (FCL). European Union (EU) labor and Third Country National (TCN) labor may be utilized to build and install the majority of the facilities; however, certain elements such as the Electronic Security System will require US only contractors with FCLs. The successful offeror must be also be able to meet the requirements for handling a limited number of classified and/or sensitive documents including a number of the construction drawings, which are restricted by the International Traffic in Arms Regulations (ITAR). ITAR governs the permanent and temporary export of defense related goods, technologies and services on the United States Munitions List. (2) Access Control Requirements: A project site pass system shall be implemented by the Polish and US Governments and required for all construction and delivery personnel and visitors. The construction site access control process is required, and will include 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 for construction may 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 Qualification Requirements: In order to receive a copy of the solicitation, interested offerors must intend to compete as a US Prime and must currently possess a facility clearance (FCL). Interested prime contracts must submit the following: a) Company Name (DBA, if applicable); b) CAGE Code Number; c) Primary and Secondary point of contacts; d) SAM registration; e) company website; and f) company ownership (i.e. 100% US owned, etc). Upon acceptable proof of a facility clearance each firm will be provided with the information which will allow them to download the plans and specification. All interested contractors must be registered in SAM to be eligible for award of Government contracts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0022/listing.html)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division, less than br greater than CMR 410 BOX 7 less than br greater than APO, 1
Zip Code: 09049
 
Record
SN03757040-W 20150610/150608235205-951defb9346f116458b67c98f635fd0e (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.