Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOLICITATION NOTICE

Y -- Renovation of General Purpose Administration Building Secure Spaces - Statement of Affiliation

Notice Date
5/26/2017
 
Notice Type
Presolicitation
 
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
6/27/2017
 
Point of Contact
Diane deLathouder, , Joe Libbey,
 
E-Mail Address
Diane.E.deLathouder@usace.army.mil, Joe.L.Libbey@usace.army.mil
(Diane.E.deLathouder@usace.army.mil, Joe.L.Libbey@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Affiliation FED BIZ OPPS NOTICE Solicitation Number W912ER-17-R-0009 This announcement is for the purpose of soliciting contractors interested in submitting a proposal the Renovation of General Purpose Administration Building Secure Spaces Located at Camp Arifjan, Kuwait. This is the Pre-solicitation Notice for the Renovation of General Purpose Administration Building Secure Spaces Located at Camp Arifjan, Kuwait. This notice is not a Request for Proposals (RFP). The U.S. Army Corps of Engineers (USACE), Transatlantic, Middle East District (TAM) is soliciting this requirement interested in submitting a proposal to renovate and improve secure spaces in an existing building. Only United States (U.S.) Firms having an approved Statement of Affiliation (SoA) by the United States Army Intelligence and Security Command (INSCOM) can receive a copy of the RFP and the solicitation attachments such as the drawings, specifications, and construction security plan. A contract will be awarded to a U.S. Firm only, which has an approved SoA by INSCOM. A Statement of Affiliation form is provided with this Pre-solicitation Notice. Potential Offerors should "note" that for planning and bidding purposes, all construction work shall be accomplished by skilled tradesmen who are U.S. citizens. No Non U.S. citizens will be allowed to work on this project. Joint Ventures (JV) may participate in the competition. The JV must meet the definition of a U.S. firm. All parties to the JV must be U.S. firms and the JV must have has an approved SoA. In order 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 two (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 Firm-Fixed Price contract. The estimated magnitude of this project is between $1 million and $5 million with a period of performance of 480 calendar days from issuance of the notice to proceed. The building will be occupied throughout construction, therefore this project will require phasing on construction activities. The Government anticipates having a site visit for this project and the date of the site visit will be provided in the RFP. 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 RFP. The Best Value Trade-off source selection process will 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 the award of 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, dated 23 April 2012. DFARS provision 252.236-7010, Overseas Military Construction-Preference for U.S Firms applies to this solicitation. This acquisition will not be set-aside for small businesses. Unspecified Minor Military Construction (UMMC) funds are available to award this project. The $3M statutory limitation associated with UMMC appropriations for the design, acquisition, facility construction and the cost of the Government's management activities apply to this acquisition. 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 SoA as part of their response to this Pre-solicitation Notice. Only those Offerors who complete this document to the Government's satisfaction will be eligible to receive the RFP bid documents for this project. Interested firms should complete the SoA included with this announcement and return the completed SoA to the Contracting Officer by email at Joe.L.Libbey@usace.army.mil and Contract Specialist by email to Diane.E.deLathouder@usace.army.mil. Place the words "SoA" for W912ER-17-R-0009 on the subject line of your message. Your response is requested by 1600 hours on 12 June, 2017. The solicitation documents will not be posted at the Federal Business Opportunities (FBO) website for this solicitation. 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: 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 RFP W912ER-17-R-0009 is 30 June, 2017. The tentative date for receipt of proposals is 09 August, 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-17-R-0009/listing.html)
 
Place of Performance
Address: Camp Arifjan, Kuwait., Kuwait
 
Record
SN04523936-W 20170528/170526234340-05ca2be3591d2c1319ff55cfb05c8211 (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.