SOURCES SOUGHT
Y -- European Phased Adaptive Approach (EPAA) Phase 2, Deveselu, Romania
- Notice Date
- 1/26/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-12-R-0009
- Response Due
- 2/8/2012
- Archive Date
- 4/8/2012
- Point of Contact
- Dayon Tre Santos, 49 061197442427
- E-Mail Address
-
USACE District, Europe
(dayon.t.santos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: W912GB-12-R-0009 Notice Type: Sources Sought Synopsis: a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a request for proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Europe District (CENAU) anticipates the issuance of a Request for Proposal and the award of a firm-fixed price construction contract (with cost reimbursable CLIN for equipment installation) for a Department of Defense (Missile Defense Agency/U.S. NAVY) project to support missile defense in Europe and defense of the United States, specifically at the former Romanian airbase near Deveselu, Romania. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have the capabilities to complete and perform a contract of this magnitude, and to address any questions, recommendations or concerns from Industry. c. Description of Project: The general scope of work includes, but is not limited to, construction of the required infrastructure and facilities to support a planned U.S. missile defense asset deployment. The project also includes disassembling, transporting, and erecting a four-story, approximate 20,000 square-feet HEMP-shielded (High-Altitude Electromagnetic Magnetic Pulse) "Relocatable" Deckhouse, which will fabricated, erected and tested at a facility in the United States, to the former Romanian airbase near Deveselu, Romania. Specific facilities that will be required are: -8MW "Relocatable" HEMP-shielded Power Plant w/ HEMP-shielded duct banks and electrical distribution -Security entry control facilities (2) -Approximate 30,000 square-feet HEMP-shielded "Relocatable" Deckhouse Support Building (Nuclear, Biological, Chemical Contamination Survivability features required) -2MW Backup Power Plant w/ weather-tight enclosure -Missile storage magazine -Diesel fuel storage facility, including vehicle fueling station -Perimeter security fencing -Deluge fire water storage tank and system -Various paved walkways and roads -Administrative building -General purpose warehouses (2) -Barracks -Dining facility -Fire station -Medical clinic -Security control facility -Potable water treatment plant, including two or more water wells -Fire water storage tank The project includes installing the foundations required to support cranes and the installation of specialized equipment that will be installed under a separate contract action. Shallow and deep foundations (i.e., driven pilings, etc.) will be required. Supporting infrastructure will include: electrical, waste water (sewage lift station and 2.2-mile force main to a publicly owned treatment plant), potable water, paving, walkways, storm drainage, fire protection and alarm systems, site improvements, telecommunications, and information management systems. Access for the handicapped will be provided. Construction of this project will include anti-terrorism/force protection (AT/FP) security measures. The project also includes short-term Operation and Maintenance, which may range from six months to a year after turnover, but shall not exceed the warrantee period. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. d. Security Requirements: Although the vast majority of this project is not classified and is suitable for foreign sub-contractors, this project will include some limited portions of construction that will require the ability to handle classified documents. The contractor will be required to meet applicable International Traffic in Arms Regulations (ITAR) regulations and licensing requirements. The following special procedures must be followed during construction. 1) Requirements for Construction: The Prime Contractor must hold a US Facility Clearance. EU labor (Restrictions apply) may be utilized to build and install the majority of the facilities. 2) Access Control Requirements: A project site "pass badging system" shall be implemented and required for all construction personnel, deliveries, and visitors. The construction site access control process is required and will include an effective screening and searching procedure for the ingress and egress of the construction area. Signage will be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area. 3) Control of Material: All material procured locally for construction will be subject to inspection by Government personnel. After material is procured and inspection is completed the material must be stored within the construction area or a secured storage area must be used. e. Magnitude of Project: Estimated range of construction: $250,000,000 - $500,000,000. f. Performance Period: Estimated duration of project is 600-900 calendar days from Notice to Proceed. Solicitation: a. The project solicitation will consist of two (2) phases. Phase I - Pre-Qualification of Offerors The announcement of solicitation of pre-qualification submissions is Phase I. The USACE will evaluate and rate the pre-qualification submissions based on the procedure and evaluation criteria set forth. Phase II - Requests for Proposals from Pre-Qualified Offerors Those Offerors determined to be pre-qualified in accordance with this notice will be issued a formal Request for Proposal (RFP) for the project and invited to submit proposed pricing in Phase II. The RFP will include a statement of work, standards, and criteria for the project that set out the project scope, construction requirements and restrictions, construction documentation, construction expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards and security requirements. b. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor shall have the capability to perform at least 30 percent of the contract work with his/her own employees. c. Award will be based on overall Best Value to the Government using the Trade-off process. d. Anticipated solicitation issuance date for Step 1 (pre-qualification phase) is 4QFY12 (4th Quarter Fiscal Year 2012). The anticipated proposal due date for Step I will be 30 days after the issuance of the RFP. Step 2 of the solicitation is anticipated to be issued to pre-qualified firms in 1QFY13. Proposals for Step 2 including technical and price proposals are anticipated late 1QFY13 or early 2QFY13. e. Offerors response to this Synopsis shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation): Offeror's names, address, point of contact, phone number, and e-mail address. Offeror's Cage Code and DUNS number. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed within the past ten (10) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offeror's experience working with any projects involving ITAR. Offeror's experience working in Europe, specifically in Eastern Europe (Romania). Offeror's Joint Venture information if applicable - existing and potential. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 1600 hrs (CET) 08 Feb 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Email responses to: dayon.t.santos@usace.army.mil. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard: N/A CT Point of Contact: Tr Santos Contracting Officer US Army Corps of Engineers, Europe District Tel +49-(0)611-9744-2427 dayon.t.santos@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-12-R-0009/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN02662335-W 20120128/120126235230-8c6f4db976199fe120f1f5491ba294dd (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 |