Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2016 FBO #5347
MODIFICATION

Y -- Shahbaz Security Upgrades, Shahbaz Air Base Pakistan

Notice Date
7/12/2016
 
Notice Type
Modification/Amendment
 
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-0019
 
Archive Date
6/1/2016
 
Point of Contact
Ryan K. Gregory, Phone: 5406653946
 
E-Mail Address
ryan.k.gregory@usace.army.mil
(ryan.k.gregory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE Subject: Shahbaz Security Upgrades, Shahbaz Air Base Pakistan Solicitation No.: W912ER-16-R-0019 Issue Date: May 17, 2016 Set Aside: N/A Contracting Office: US Army Corps of Engineers - Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 NAICS Code: 236220 Classification Code: Commerical and Institutional Building Construction DESCRIPTION: The U.S. Army Corps of Engineers (USACE), through its Transatlantic Middle East District (TAM), intends to issue a Request for Proposal (RFP) for an unrestricted Firm Fixed-Price contract to provide security upgrades at Shahbaz Air base in Pakistan. These upgrades include construction of select perimeter walls, installation of perimeter lighting and construction of new roads. In accordance with the Arms Export Control Act (22 USC 2791), this acquisition will be awarded to a U.S. Firm or a Joint Venture with a U.S. Firm in which the U.S. Joint Venture Team Member has controlling interest. The U.S. firm must be incorporated and have had its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income declarations for a minimum of three corporate years within the preceding four year period, having paid any applicable taxes determined to be due as a result of such filing. PROJECT SCOPE: The United States Army Corps of Engineers has the requirement to provide security upgrades in the form of new construction of select perimeter walls, new perimeter lighting and surfacing of existing patrol roads, as well as construction of new patrol roads. General elements of construction work will include, however are not limited to, the following: Civil -Construct perimeter wall patrol road and perimeter wall. -Patrol roadway includes horizontal and vertical layout, grading, drainage and placement of sub grade, base course and surface course. -Final wall siting, grading and placement. Electrical -Construction of perimeter lighting system and associated controls. -Construction of electrical service to perimeter lighting to include extension of existing base power distribution system. Extension will include 11 kV underground distribution cables, 11 kV transformers, 400 V underground cabling and 400 V distribution equipment. PROJECT MAGNITUDE: The estimated magnitude of this Construction project is between $5,000,000 and $10,000,000. PERIOD OF PERFORMANCE: The period of performance is for 425 calendar days after issuance of the Notice to Proceed. PROPOSAL PERIOD: The solicitation is scheduled for release on or about July 06, 2016. The proposals will be due on or about August 11, 2016. Contract award is expected on or about September 30, 2016. PLANS AND SPECIFICATIONS: This will be an electronically issued solicitation. The Government will post the solicitation and technical requirements to the Federal Business Opportunities website at www.fbo.gov. SITE VISIT: A site visit is not contemplated at this time. REGISTRATION/SUBMISSION REQUIREMENTS: Offerors must have and maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM to be eligible for a Government contract award. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an offeror is not actively and successfully registered in the SAM database, the Government reserves the right to award to the next prospective offeror. Register to receive notifications and subscribe to the mailing list for specific solicitations, offerors should visit the Federal Business Opportunity (FedBizOpps) located at https://www.fbo.gov/. PROPOSAL PROCEDURES: The solicitation will be a Request for Proposal (RFP) utilizing Design-Bid-Build selection procedures in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. Contract award will be based upon a Subjective Tradeoff Method (formerly known as Best Value) in accordance with FAR 15.101-1. The evaluation criteria will be conveyed within the RFP. Defense Base Act Insurance and construction surety will be required. The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. It is the offerors responsibility to check the website periodically for any amendments to the solicitation. ADDITIONAL REQUIREMENTS: Performance and payment bonds will be required for awarded task orders under this contract. The contractor must be licensed to conduct business in Pakistan to be eligible for contract award. Responses to this Presolicitation Notice are not required. POINT OF CONTACT: Mr. Ryan Gregory, Contract Specialist, e-mail ryan.k.gregory@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-16-R-0019/listing.html)
 
Record
SN04180156-W 20160714/160712235652-63b4ef1d7d17fa3e2d421c03953041fa (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.