Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOURCES SOUGHT

Y -- P-960 Triton Operational Facility - Sources Sought

Notice Date
7/7/2016
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W912ER-16-R-0029
 
Archive Date
3/7/2017
 
Point of Contact
Tino Philip, , Michelle R. Pearman,
 
E-Mail Address
Tino.Philip@usace.army.mil, Michelle.R.Pearman@usace.army.mil
(Tino.Philip@usace.army.mil, Michelle.R.Pearman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Capability Statement W912ER-16-R-0029 P-970 Triton Operational Facilities UAE SYNOPSIS: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information, for market research purposes, from capable and reliable sources who may be interested in submitting a proposal to perform Two-Step Design-Build (DB) construction for the P-960 Triton Operational Facility, will be constructed within, Al Dhafra Air Base, UAE. A single firm fixed price contract will be awarded to a prime construction contractor. PROJECT SCOPE: This project scope is to design and construct an environmentally controlled pre-engineered space with vertical fabric doors for four (4) Triton aircraft. The structure(s) will serve as hangar space for one or more aircraft of the Triton Unmanned Aircraft System (UAS) platform and each may contain organizational, maintenance, and administration spaces. The facilities must be of semi-permanent construction, defined for this purpose to be construction, other than pavements, equipment pads and foundations, which can be disassembled and removed from the site. Supply space must be provided within one of the structures. Hangar access and parking aprons will also be constructed. The facilities will include the construction of a shielded Forward Operating Base (FOB) Mission Control System (MCS) and an associated communications tower, emergency generator. The facility layout must allow any of the four aircraft to be deployed at any time. Access for aircraft to the taxiway may be accomplished by moving other aircraft to temporary parking areas provided on the site. Development area on the site is limited. It is important that this facility be designed to effectively utilize the site to satisfy the Request for Proposal (RFP) requirements while ensuring adequate maneuvering and parking space for the aircraft. All structures shall comply with applicable building codes, Unified Facilities Criteria, and regulations whichever is more stringent. Site work shall include; demolition of existing improvements, grading, vehicle paving, taxiways, and access driveways, a new Airfield Ground Equipment (AGE) yard, apron area paving, storm drainage, walkways and sidewalks, utility corridors, fire protection access, bicycle racks, site and apron lighting, and dumpster/recycling enclosures. The Project may have options such as Furniture, Fixtures and Equipment, Electronic Security Systems, Cooling Barn, Alternate Storm Water Management System etc. Period of Performance: Anticipated period of performance is 660 calendar days from Notice to Proceed (NTP) for the entire scope of work. Magnitude of Construction Project: The magnitude of design and construction for P-960 Triton Operational Facility is between $25,000,000.00 and $100,000,000.00. PROPOSAL PROCEDURES: The Government is considering a full and open two-phase design-build solicitation in accordance with FAR Part 36.303 and FAR Subpart 15 procedures for this project. The Best Value Trade-off (BVTO) contracting method may be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition will result in a single fixed price construction contract awarded based on BVTO determination. SUBMISSION REQUIREMENTS: a. Provide your experience completing design and/or construction of a Triton Operational Facility in the CENTCOM AOR: List 3-5 projects that demonstrate your recent experience and ability to perform similar scope to include the design and/or construction of fabric covered hangars, airfield pavements, associated maintenance administration, or operational storage areas, site utilities, communications, fire protection, perimeter fencing, intrusion detection and lightning protection systems. Include your role as either prime or subcontractor and include your role in the project as well as the project scope, location, value at completion, and date completed or % complete if still in progress. b. Indicate whether you possess a current UAE business license. Firms submitting responses shall provide information on the projects that prove you can meet the qualifications criteria listed above, with contract number, project location, description of work, roles in the project execution and other references including subcontractors. PROPOSAL PERIOD: Two-Step, D-B Phase One Solicitation may schedule for release on or about August 15, 2016. The proposals may be due on or about September 20, 2016. Phase Two Solicitation may schedule for release on or about November 7, 2016. The proposals may be due on or about January 3, 2017. Contract award is scheduled on or about February 28, 2017. This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide a response in the affirmative or negative if your company is interested in participating in this opportunity no later than on July 19, 2016 at 4:00PM EST, sooner if at all possible. Questions concerning the processes and procedures can be sent to Michelle. R. Pearman, email: Michelle.R.Pearman@usace.army.mil and Tino Philip, e-mail: Tino.Philip@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0029/listing.html)
 
Place of Performance
Address: Al Dhafra Air Base, United Arab Emirates (UAE), Abu Dhabi, Non-U.S., United Arab Emirates
 
Record
SN04173688-W 20160709/160707234801-003c07e3f7b559d6ed76238098136edd (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.