Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOURCES SOUGHT

Y -- Missile Assembly Disassembly Facility (MADF)

Notice Date
6/11/2025 7:13:58 AM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER26RA001
 
Response Due
6/25/2025 2:00:00 PM
 
Archive Date
06/11/2026
 
Point of Contact
Anna Holcomb, Phone: 5406651018, Sabrina Booker, Phone: 5406673182
 
E-Mail Address
anna.holcomb@usace.army.mil, sabrina.s.booker@usace.army.mil
(anna.holcomb@usace.army.mil, sabrina.s.booker@usace.army.mil)
 
Description
Notice Type: Sources SoughtProject Title: PATRIOT Missile Assembly Disassembly Facility (MADF) Renovation Camp Subhan, Kuwait. ***** This is a Sources Sought Announcement Only is not a solicitation announcement****** Please email your capability statement to the points of contact below. Synopsis: The United States Army Corps of Engineers, Middle East District is releasing the following sources sought notice for the purpose of conducting market research and planning purposes. This notice is to Renovate the PATRIOT Missile Assembly Disassembly Facility (MADF) Renovation in Kuwait. This project is subject to the availability of funding.Project Scope: This is for the Design-Build (D-B) of the renovation of the Missile Assembly/Disassembly Facility (MADF) located in Kuwait. The existing facility approximately 24.75m x 54.6m consists of a missile assembly/disassembly and canning/decanning bays, administrative offices, restrooms, covered canopy, electrical, commination and mechanical rooms. Facility also includes two overhead cranes and a paint booth. The concrete floor slab has settled and requires to be replaced in its entirety. The new floor slab will be placed at the original design elevation. The repair also requires demolition of all interior walls, excluding the concrete walls at the Disassembly room. Office space, restrooms, mechanical rooms, and storage rooms will be constructed based on the revised floor plan. The complete repair shall provide a fully operational and usable facility meeting Kuwaiti design and construction standards. The existing Paint Booth within the MADF building will be removed. The paint booth will be replaced in kind. HVAC systems serving the building will be removed and replaced with new appropriately sized systems. The existing Fire Pump House and water tanks shall be removed and replaced. The MADF facility project shall include removing and replacing two wet-pipe sprinkler systems being fed from the above fire pump and storage tank. The contractor will be responsible to provide a design to enclose the canopy area and provide doors in accordance with the floor plan This design will need to be approved by the PEB manufacturer to ensure enclosure of the building is in compliance with the building structural requirements. This will include the installation of roll-up doors and verification that the existing HVAC system will support the load of additional conditioned space.Exterior building systems will require renovation and upgrades. Refurbish the existing irrigation system. Repair and replace damaged sidewalks around the MADF building. Repair and repaint exterior brick facade of the MADF building as needed. Repair and stabilize the steep slopes around the MADF facility. In addition, there are exterior parking light poles which need to be replaced.Furniture to be provided in accordance with the project specifications. Provide pest control services in accordance with the project specifications.The building systems shall be updated and must meet requirements in the International Existing Building Code (IEBC 2024).All work under this contract includes all labor, materials, equipment, tools, transportation, and necessary supplies to complete the renovations described in this document. The requirements of this contract include that the Contractor must manage the work in a professional manner, perform personnel and support functions to maintain a sufficient work force, and provide the submittals required. Materials and supplies shall be new and standard products regularly used for commercial/institutional constructionof similar size, style, and complexity in Kuwait.The overall Period of Performance (PoP) shall be four hundred and nine (409) calendar days from Notice to Proceed (NTP) for the entire scope of work including Optional CLINs. Set asides and codes: The project is classified through the North American Industry Classification System (NAICS) under code 236220 Commercial and Institutional Building Construction with a small business size of $39.5million. The FSC is Y1JZ ?Construction of Miscellaneous Buildings. The Government anticipates awarding a firm fixed price contract. The estimated magnitude of construction of this project is between $10 million and $25 million.The Government is considering the use of an unrestricted (full and open) solicitation and award a firm fixed Price (FFP) Design Build (DB) construction contract using the Best Value Trade-off Source Selection procedures in FAR 15.101-1. Evaluation criteria will be stated in the Request for Proposal (RFP). The Government may include options in the RFP. This acquisition will result in a single firm fixed price contract. Additional Information: The contractor must be licensed to do business in Kuwait at issuance of Notice to Proceed. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. A contractor will neither be pre-qualified nor excluded from the competition based upon any information provided in reply to this announcement.A bidder list will not be generated from replies to this announcement. Contractors will not automatically receive the RFP package as a result of replying to this announcement. A pre-solicitation and solicitation announcement may eventually be publicized at the SAM.gov website. An announcement is tentatively scheduled for release on or about 29 September 2025. The estimated contract award is scheduled on or about 23 February 2026. Contractors are responsible for monitoring the website for the announcements and for any posted changes or amendments. Be advised that this is a source sought notice and is not an RFP, nor does it restrict the Government from utilizing a different acquisition approach to award any or all resultant contracts. Interested firms should complete the Capabilities Statement and the Project Experience Sheet (s) included with this announcement. Provide your capabilities and experience with not more than five similar projects. The Capabilities Statement will not be used by the Government to either qualify or disqualify prospective contractors. Please return the completed capabilities statement and experience sheet(s) by email it to both Anna Holcomb at Anna.N.Holcomb@usace.army.mil and Sabrina S. Booker at Sabrina.S.Booker@usace.army.mil. Place the words ?MARKET RESEARCH ? PATRIOT MADF Renovation Camp? on the subject line of your message. Your response is due by Wednesday 25 June 2025 at 04:00 PM Eastern Daylight Time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb071dd38b494b269fbfe5db2bd86eac/view)
 
Record
SN07474666-F 20250613/250611230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.