SOLICITATION NOTICE
Y -- Construct Northern Landing Zone Base Defense Operations Center
- Notice Date
- 6/4/2025 5:06:56 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W31R ENDIST AFGHANISTAN NORTH APO AE 09366-0000 USA
- ZIP Code
- 09366-0000
- Solicitation Number
- W5J9JE25R0007
- Response Due
- 6/19/2025 7:00:00 AM
- Archive Date
- 07/04/2025
- Point of Contact
- Christopher R. Preston II, Michael Getz
- E-Mail Address
-
christopher.r.preston@usace.army.mil, michael.j.getz@usace.army.mil
(christopher.r.preston@usace.army.mil, michael.j.getz@usace.army.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Pre-Solicitation Notice for Construction of the Northern Landing Zone Base Defense Operations Center in Syria. ACTION TYPE: This is a pre-solicitation notice, there is no Request for Proposal (RFP) or related documents at this time. The U.S. Army Corps of Engineers (USACE), Transatlantic Expeditionary Division (TAE) intends to issue a Request for Proposal (RFP) W5J9JE25R0007 to construct a Northern Landing Zone (NLZ) Base Defense Operations Center (BDOC) in Syria. NOTE: This is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted. The subsequent solicitation will result in a firm-fixed price, design-bid-build construction contract for the constructions of an NLZ BDOC in Syria. PROJECT SCOPE: The work consists of the construction of one (1) single story Base Defense Operations Center (BDOC), one (1) equipment pad for a generator and fuel tanks, power connection and services, and site grading and drainage within the construction area. The work must include all labor, equipment, and materials to complete all work specified herein. CONTRACTING PROCEDURES & TYPE OF CONTRACT: This Acquisition will be solicited using FAR Part 15, Contracting by Negotiations Procedures for one (1) Firm-Fixed-Price (FFP) contract. The intent is for the RFP to be issued on an unrestricted, full and open basis utilizing the Lowest Price Technically Acceptable (LPTA) acquisition approach. PROJECT SERVICE CODES (PSC): Y1JZ, Construction of Miscellaneous Buildings NAICS: The North American Industry Classification System (NAICS) code is 236220 � Commercial and Institutional Building Construction, with size standard of $45,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 01 July 2025 and approximate closing date is on or about 02 August 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when posted. SELECTION PROCESS: The Government intends to select a contractor for award using LPTA source selection procedures to obtain best value for the Government. It has been determined that using the LPTA process would not deny the Government the benefits of price and non-price (technical) tradeoffs in source selection. There is no benefit or value gained by having a higher technical proposal. The minimum criteria established in this SSP provides evidence that the offeror will be capable of successfully performing this project, if met. Award will be made to the offeror whose proposal represents the lowest price of the technically acceptable offers. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Sam.gov and Procurement Integrated Enterprise Environment (PIEE) website, https://piee.eb.mil 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. Contractors must register at the SAM website at https://sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. REGISTRATIONS: SYSTEM FOR AWARD MANAGEMENT (SAM): System for Award Management (SAM): In accordance with FAR 4.1102, unless an exemption applies, offerors are required to be registered in SAM at the time an offer or quotation is submitted to comply with the annual representations and certifications. Offerors must continue to be registered in SAM until at time of award, during performance, and through final payment. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations for each separate entity representing the JV. Information on SAM is available at https://sam.gov. PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No Other Transmission Method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) Will Be Accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Joint Contingency Contracting System (JCCS): Offerors must be successfully registered in the JCCS and their registration completely processed and active in the JCCS database to be considered eligible for award. Offerors must provide evidence of an active JCCS registration current as of the date of proposal and at time of award, during performance, and through final payment. The Government will search the JCCS database using the JCCS Company ID number supplied by the vendor to verify eligibility. The Government will determine an offeror non-responsible as a result of an offeror�s base access ineligibility, or an incomplete JCCS registration, or an inactive JCCS registration. The Government reserves the right to make this determination at the time of receipt of proposals and prior to the start of evaluations. In this instance, the non-responsible offeror�s proposal will not be evaluated. The Government also reserves the right to determine an offeror non-responsible at any time after receipt of proposals if an offeror becomes ineligible for installation access. A determination that an offeror is non-responsible will result in the removal of the offeror�s proposal from the competition. No debriefing will be provided for those offerors� found non-responsible as a result of their access ineligibility as the determination may be made in advance of the offeror�s technical proposal being evaluated or completed. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity representing the JV. Information on JCCS registration is available at https://www.jccs.gov/. POINT OF CONTACTS: Contracting Officer, Christopher Preston II, (Christopher.R.Preston@usace.army.mil), and Contract Specialist, Michael Getz (Michael.J.Getz@usace.army.mil).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a309d256202745efb81a33c13e9e2f12/view)
- Place of Performance
- Address: SYR
- Country: SYR
- Country: SYR
- Record
- SN07465693-F 20250606/250604230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |