MODIFICATION
J -- Preventative Maintenance and Repair Services for TOW Workshop, Cairo, Egypt
- Notice Date
- 12/21/2010
- Notice Type
- Modification/Amendment
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-11-R-0036
- Response Due
- 1/6/2011
- Archive Date
- 3/7/2011
- Point of Contact
- Michael Taccino, 540-665-1732
- E-Mail Address
-
USACE Middle East District
(michael.e.taccino@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Pre Solicitation Notice. Not a Combined Synopsis/Solicitation Notice. DESCRIPTION: This announcement is for the purpose of soliciting names of firms interested in submitting an offer for award of a Performance Based Firm Fixed Price Service Contract. The United States Army Corps of Engineers (USACE), Middle East Division (MED) is seeking sources to provide Preventative Maintenance and Repair Services for the Tow Workshop, Cairo, Egypt. The TOW Workshop is a unique facility and requires a continuous preventative maintenance program. To insure that high quality services are received, it is necessary to maintain the facility and its equipment, and conduct repairs on the spot for any malfunctioning equipment. The existing facility is approximately 1600 square meters of shop area and various mezzanines for storage. PERFORMANCE PERIOD: The base period of maintenance service will be 24 months from the date of contract award with three one year Option periods. The performance work week period will consist of six 8 hour days work week. The six day work week will be run from Saturday to Thursday. REQUIRED QUALIFICATIONS OF FIRMS TO PARTICIPATE: Eligible Contractors will be limited to: (1) U.S. firms, or (2) Joint Ventures between U. S. Firms, including at least one U. S. firm, (3) Joint Ventures between U. S. firms and Egyptian firms, including at least one U. S. firm. To be considered a U. S. firm, the firm must perform preventative maintenance and repair services as a significant portion of its business; must be incorporated and have its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income tax declarations for a minimum of three corporate years within the preceding four-year period, having paid any applicable taxes determined to be due as a result of such filing; and employ U. S. citizens in key management positions. To be considered an Egyptian firm, the firm must be a minimum of 51 percent Egyptian ownership; and an independently owned firm. Egyptian firms which are partially or wholly owned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. All qualified firms may express an interest in this project. The "TENTATIVE Milestone Schedule" for this acquisition is as follows: (1) Issue RFP 18 January 11; (2) Receive Proposals 18 February 11; (3) Award Contract 18 March 11. Qualified firms interested in receiving this solicitation should send a written request to both of the email addresses identified below, and MUST include the following information in their response: (1) Complete Firm Name; (2) Mailing and Shipping Addresses; (3) Telephone and FAX Numbers; (4) Point of Contact Name and E-Mail Address ; (5) CAGE code; (6) Evidence that the business is a U.S. firm, an joint venture between two U.S. firms, or a joint venture between U.S. firms and Egyptian firms in accordance with the abovementioned guidelines; and (7) must reference the solicitation number. All interested parties are encouraged to respond to this notice, by e-mail to BOTH Michael.E.Taccino@usace.army.mil AND Deborah.A.Brown@usace.army.mil no later than 4:00 PM local EST on 06 January 2011. Telephone inquiries will NOT be accepted. ESTIMATED MAGNITUDE OF PROJECT: The estimated cost of this project is between $100,000.00 and $500,000.00. PROJECT SCOPE: The Contractor shall provide all labor, services, materials, supplies, supervision, equipment, tools, transportation, and other items necessary to perform public works functions at Tow Maintenance Workshop facility. The intent of this contract is to maintain all the equipment, utilities and the building on a daily basis; and through periodical preventative maintenance, and troubleshooting as needed. This work includes, but is not limited to, operation, maintenance, repair, minor construction in support of Tow Maintenance Workshop. The Contractor shall provide services in accordance with the terms, conditions, and specifications of the PWS. The contractor shall provide an onsite technical expert to conduct regular inspections and assist in resolving equipment problems during operation. CONTRACT PROCEDURES: The Request for Proposal (RFP) will only be issued to qualified firms who have responded to this notice indicating interest in submitting a proposal. Copies will not be released to Suppliers or Plan Rooms. Hard copies of both a technical and price proposal will be required. SOURCE SELECTION: A 'Best Value Tradeoff' Process contracting method will be used to evaluate proposals, with it tentatively planned for Technical to be somewhat more important than Cost. The details of the Evaluation Criteria and other precedence will be stated in the RFP. The procurement is on behalf of the Egyptian Government and does not obligate appropriated funds of the U.S. SITE VISIT: A pre-proposal site visit is "tentatively" scheduled for 10 February 11. Firms may not have more than two (2) representatives attend the site visit. The following information is required to process Base Passes for individuals wishing to attend the site visit and MUST be received no later than 06 January 11 by the Transatlantic Division Middle East District, Egypt Office by email to Sherif.W.Rizk@usace.army.mil A copy of the application should also be sent to Middle East District, U.S. Army Corps of Engineers, ATTN: Mr. Kanwal Nain, P.O. Box 2250, Winchester, VA 22604, or by FAX (540-665-3625). PERSONAL INFORMATION REQUIRED FOR BASE PASS REQUEST FOR EACH INDIVIDUAL: (1) Name in full (English), (2) Nationality, (3) Religion; (4) Date of Birth; (5) Place of Birth; (6) Marital Status; (7) Occupation/Specialization; (8) Work assigned to do in Cairo; (9) For Americans, a clear and readable copy of passport photo for each individual and for Egyptians, a copy of their Egyptian identification. COMPANY INFORMATION REQUIRED FOR BASE PASS REQUEST: (1) Company name; (2) Company nationality; (3) Company address in the U.S; (4) Local (Egypt) address; (5) Address in U.S.; (6) Purpose of visit; (7) Interval of time required (From, To); (8) Places to be visited; (9) Company address in Egypt; (10) Company telephone and FAX numbers in U.S.; (11) Company telephone numbers and FAX in Egypt; (12) Company's American Director's name in Egypt; and (13) Company's American Director's name in U.S. PLANS AND SPECIFICATIONS: This is an electronic issued solicitation. The Government shall furnish one copy of the specifications and plans to prospective offerors at no charge to the point of contact of each qualifying firm. Paper copies of the solicitation and additional copies are not available. Please note that the Base Pass information MUST be sent to Mr. Sherif Rizk at Sherif.W.Rizk@usace.army.mil whereas the request to receive the Request For Proposal MUST be sent to BOTH of the following: (1) Michael.E.Taccino@usace.army.mil AND (2) Deborah.A.Brown@usace.army.mil Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov. REQUEST FOR PROPOSAL & QUESTIONS: All responses shall be sent via e-mail to BOTH" of the following: (1) Michael.E.Taccino@usace.army.mil AND (2) Deborah.A.Brown@usace.army.mil, Contracting Office Address: The U.S. Army Corps of Engineers, Middle East District, 201 Prince Frederick Drive, Winchester, VA 22602. ORIGINAL POINT OF CONTACT: Michael E. Taccino, Contract Specialist, Telephone 540-665-1732; or E-Mail: Michael.E.Taccino@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0036/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Record
- SN02348191-W 20101223/101221234138-d4dc146cb5a3a0c9fa4a54ad5a04e011 (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 |