Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOURCES SOUGHT

Y -- Renovation of General Purpose Administration Building Secure Spaces Located at Camp Arifjan, Kuwait. - Sources Sought

Notice Date
12/29/2016
 
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-17-R-0009
 
Archive Date
1/28/2017
 
Point of Contact
Diane deLathouder, , Wilhelmina Booker,
 
E-Mail Address
Diane.E.deLathouder@usace.army.mil, wilhelmina.f.booker@usace.army.mil
(Diane.E.deLathouder@usace.army.mil, wilhelmina.f.booker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Capabilities Statement Statement of Affiliation Renovation of General Purpose Administration Building Secure Spaces Located at Camp Arifjan, Kuwait. This is a Sources Sought announcement for market research and planning purposes. It is not a Request for Proposals. The U.S. Army Corps of Engineers (USACE), Transatlantic, Middle East District (TAM) is conducting market research to garner interest and the capabilities of United States firms interested in submitting a proposal to renovate and improve secure spaces in an existing building. A classified contract will be awarded to a firm with an active corporate Facility Clearance (FCL) at the Top Secret classification level. A planning Department of Defense Contract Security Classification Specification (DD Form 254) will be provided with the solicitation. Note that for planning and bidding purposes, work shall be accomplished by skilled tradesmen who are United States (U.S.) citizens with U.S. Top Secret clearances. Joint Ventures (JV) may participate in the competition. The JV must meet the definition of a US firm. All parties to the JV must be US firms and the JV must have an FCL. To be considered a U.S. firm, the firm must be incorporated and have its corporate headquarters in the U.S.; have filed corporate and employment tax returns (if required) in the U.S. for a minimum of two (2) years and have filed State and Federal income tax returns (if required) for 2 years; have paid any applicable taxes determined due as a result of such filings; and employ U.S. citizens in key management positions. Project Scope: This project includes the renovation of an existing 5700 square foot (SF) warehouse, which is currently used partially for administrative uses, equipment storage space, and partially used as unfinished warehouse storage. The scope of this project includes the finishing and conversion of the warehouse storage space into general administrative office use and the re-configuration and modernization of the existing administrative space. This includes the replacement, re-routing, or new installation of electrical systems, communications systems, and HVAC systems. This project includes work in access controlled, secure spaces and the Contractor will need to satisfy the project specific security and personnel clearance requirements. The Government anticipates awarding a classified, Firm-Fixed Price contract. The estimated magnitude of this project is between $1 million and $5 million with a period of performance of 180 calendar days from issuance of the notice to proceed. Bid Guaranty and Bonds: All offerors must submit a bid guarantee. Performance and Payment bonds are required after award of the contract. The Contractor must be licensed and sponsored to conduct business in Kuwait. Contractors will not be reimbursed for any costs incurred in submitting a proposal. The solicitation will not be provided to plan rooms, subcontractors, suppliers or vendors. The solicitation will be a request for proposal (RFP). The Government is considering the use of full and open competition procedures for this project. The Best Value Trade-off source selection process will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government will include options in the RFP. This acquisition will result in a single Fixed-Price contract. The successful offeror will have demonstrated experience in constructing secure spaces in accordance with IC Tech Spec for ICD/ICS 705, "Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities", dated 23 April 2012. DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms applies to this solicitation. This acquisition will not be set-aside for small businesses. MILCON funds are available to TAM for award of this project. The Government reserves the right to cancel this solicitation either before or after the closing date, and there shall be no legal liability on the part of the Government, to include liability for Contractor's proposal costs. All interested offerors must also complete the attached Statement of Affiliation as part of their response to this sources sought. Only those offerors who complete this document to the Government's satisfaction will be eligible to receive the bid documents for this project. Interested firms should complete the Capabilities Statement and the Statement of Affiliation included with this announcement. Please return the completed information to the Contract Specialist by email to Diane.E.deLathouder@usace.army.mil. Place the words "Market Research" for W912ER-17-R-0009 on the subject line of your message. Your response is requested by 1600 hours on 05 February, 2017. The solicitation documents will not be posted at the Federal Business Opportunities (FBO) website for this announcement. The solicitation documents will be provided through the Safe Access File Exchange (SAFE) system. Upon issuance of the RFP, Contractors on the bidders list will receive an email notification with the subject: AMRDEC Safe Access File Exchange Delivery Notice. The notification will include a description of the file, a link to the file, and a password to retrieve the file. The file will only be available for 14 days and the password is a one-time-use only during the 14 day period. In other words, the Contractor will have access to the documents for only one time during the 14-day period. Important Notice: Firms that would like to receive the solicitation documents must click and open the "Add Me to Interested Vendors" window at the FBO announcement for this project and provide the information requested therein. You must ensure a valid email address is provided. Your email address will be used to transmit the solicitation documents via AMRDEC SAFE. The tentative date for issuance of Request for Proposal W912ER-17-R-0009 is 05 May, 2017. The tentative date for receipt of proposals is 16 June, 2017. There will not be a site visit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-17-R-0009/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA, 22604-1450, Winchester, Virginia, 22604, United States
Zip Code: 22604
 
Record
SN04361204-W 20161231/161229234340-7007ad452fd86102f182f21db7581b41 (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.