SOLICITATION NOTICE
Y -- Repair Airfield Pavements, Thumrait Air Base, Royal Air Force of Oman (RAFO), Sultanate of Oman
- Notice Date
- 6/10/2010
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-10-R-0067
- Response Due
- 8/20/2010
- Archive Date
- 10/19/2010
- Point of Contact
- Robyn Ratchford, 540-665-3676
- E-Mail Address
-
USACE Middle East District
(robyn.ratchford@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is for the purpose of soliciting names of prime construction contractors interested in submitting a proposal for providing Construction services for the following: This Scope of Work at Thumrait Air Base, Royal Air Force of Oman (RAFO), Sultanate of Oman consists of the demolition, repair, removal and replacement of existing asphaltic and Portland Cement Concrete airfield pavements, removal & replacement of existing airfield lighting, providing new airfield lighting, performing phased construction on an operational airfield, soil excavations, demolition and replacement of pavements and rubber removal. The Repair and Alter Corrosion Control Facilities, Repair Munition Igloo Doors, Upgrade US Power Station (minor construction only), Upgrade Secondary Electrical Service (minor construction) and Construct Weighbridge for Trucks (minor construction) work consists of repair to the facilities electrical wiring, mechanical system replacements, HVAC and phased work for the repairs on the airfield. Each minor construction project listed in this paragraph has a not to exceed amount/maximum funding threshold of $693,750.00. The project includes the following items: a.The Repair and Alter Corrosion Control Facilities consists of replacing the existing doors to the paint spray booth buildings 517A and 517B with roller doors to include modifying the structure to support the doors. Demolish and replace the concrete run-up pads to buildings 517A and 517B. Alter and upgrade the existing filter and extraction system for the paint booths to comply with the contract drawings. Installation of a new wet sprinkler system. b.Replace existing munitions blast doors to comply with contract drawings and specification requirements. New blast doors will be fabricated to the sizes indicated on the contract drawings and installed in accordance with the contract requirements. c.Upgrade US Power Station (minor construction) requires installing a 400 amp vacuum circuit breaker switch gear cubicle for new incoming prime power and extending the existing switch gear bus; extending the Host Nation 11 KV radial feeder underground to the switchgear; extending the underground distribution loop conductor and ending at switchgear cubicles. Demolition and dispose of the existing temporary switchgear feeder materials. d.Upgrade Secondary Electrical Service (minor construction) consists of installing 230/400v underground electrical service to 19 area buildings with service conductors inside of conduit from the existing unit substation switchboard to each building service entrance. Install building circuit breaker inside of the existing unit substation switchboard. Provide and install 500 amp service and equipment for building no. 566. Provide new 200 amp service to building no. 544, Freight Traffic Office. Demolish and dispose of the existing generator service connections. e.Construct Weighbridge for Trucks (minor construction) consists of installation of a 60-ft truck weighbridge to accommodate a 52-ft tractor trailer combination. Install asphalt surface around weighbridge. Install an air conditioned small office with electrical service and lighting. Install external flood lighting at newly paved asphalt surface area. f.Repair to the lighting, concrete and asphalt paved surfaces of taxiways 17/35 at Thumrait Air Base requires phased construction. The work requires construction to provide fully functional facilities. An on-site concrete batch plant may be required. Areas for stockpiling and batch plant will be designated by the Government. The expected period of performance is 375 calendar days. The magnitude of this construction project is between $10,000,000.00 and $25,000,000.00. Operation and Maintenance (O&M) funds are presently not available for this acquisition. As a result, the Solicitation will be released with award of a contract contingent on availability of funds. No contract award will be made until appropriated funds are made available. The solicitation will be issued to Prime Construction Contractors only and at no cost. The solicitation will not be provided to subcontractors, suppliers, vendors or plan houses; therefore, requests from other than Prime Construction Contractors will not be honored. Firms requesting the solicitation will be checked to verify they are Prime Construction Contractors. The solicitation will not be available over the internet. The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Low-Price, Technically Acceptable Process Source Selection analysis of all proposals. Complete evaluation criteria will be conveyed within the RFP. The contract will be awarded on a Firm-Fixed Price basis only. An organized Site Visit will be conducted, with attendance not mandatory but is highly encouraged for a better understanding of the overall project and aiding in proposal preparation. The Site Visit date and time that will be established is subject to change at any time due to Base Operations. To gain entry to the site, preliminary requirements must be met; therefore, it is of utmost importance that each interested offeror contact the Point of Contact (POC) designated for the Site Visit as soon as possible to allow sufficient time to coordinate and meet Site Visit requirements. The POC for the Site Visit follows: Mr. Marc McGovern, Resident Engineer, US Army Corps of Engineers, Middle East District, United Arab Emirates (UAE), Al Dhafra Resident Office, Telephones: (1) Commercial 540-429-6718; E-Mail: Marc.McGovern@adab.afcent.af.mil. Requests for a Site Visit shall be from Prime Construction Contractors only who meet the requirements stated above. Requests from other than Prime Construction Contractors will not be honored. The tentative date for issuance of the RFP is 19 July 2010. The tentative date for receipt of proposals is 20 August 2010. The Tentative date to award the contract is 21 September 2010. Firms interested in receiving this solicitation should send a written request, Attention Deborah McFarland, to the address listed above, via e-mail (preferred) to both of the following individuals: Deborah.M.McFarland@usace.army.mil & Robyn.Ratchford@usace.army.mil, or fax (540-665-4033). The request must state all of the following: (1) The Complete Name of the Firm, (2) Mailing and Shipping addresses of the firm, (3) Name of Firms POC; (4) Telephone and FAX numbers for each POC named; (5) E-Mail address for each POC named; and (6) Reference the solicitation number. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside. Points of Contact: Deborah M. McFarland, 540-665-3444 and Robyn Ratchford, 540-665-3676. E-mail any questions to US Army Corps of Engineers Middle East District, to both of the following individuals: Deborah.M.McFarland@usace.army.mil & Robyn.Ratchford@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0067/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN02173831-W 20100612/100610234831-3932e51f2bc2a965962b72b22a147bc5 (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 |