MODIFICATION
Y -- Construct Support and Security Facilities, CENTCOM AOR
- Notice Date
- 4/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-12-R-0059
- Response Due
- 5/7/2012
- Archive Date
- 7/6/2012
- Point of Contact
- Tino Philip, 5406653953
- E-Mail Address
-
USACE Middle East District
(tino.philip@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Note: This Notification is to cancel the originally posted Combined Synopsis/Solicitation on 13 April 2012 in its entirety and re-post the Pre-Solicitation Notice. SYNOPSIS: The U.S. Army Corps of Engineer (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. This announcement is for the construction of Support and Security Facilities in the CENTCOM Area of Operation. This is based on US Army Central Command Integrated Global Presence, Basing Strategy and Master Plan. The contractor shall comply with all base security requirements. A firm fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $10,000,000 and $25,000,000. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 30 April 2012. The proposals will be due on or about 30 May 2012. Contract award is scheduled on or about 20 July 2012. PROJECT SCOPE: The U.S. Army Corps of Engineer (USACE) Middle East District has the requirement to design and construct of Support and Security Facilities in the CENTCOM Area of Operation. This will be a design-bid-build solicitation therefore, construction experience will be requested. The project primary facilities include protective barriers, security fencing and lighting, entry control point, gravel facility pads, administrative buildings, expeditionary housing, latrines, power generation, grounding and lightning protection systems, sunshades, and protective bunkers and other infrastructure as needed. Heating, Ventilation, and Air-Conditioning (HVAC) will be included. The entry control point includes guard buildings and/or towers, barricades and gates, entry road, lighting, and other supporting facilities. Supporting facilities include water storage tanks and distribution system, waste water storage tanks and collection system, fuel bladders and supporting systems, roads, site preparation, security berms and trenches, and information systems along with other infrastructure required to support the mission. All work identified in the Scope of Work shall be completed approximately within three-hundred (300) calendar days from the Award. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued only to prime construction contractors. Copies will not be released to suppliers, subcontractors and plan rooms. The Best Value Tradeoff (BVTO) contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the solicitation. This acquisition will result in a single fixed price construction contract awarded based on BVTO determination. PLANS AND SPECIFICATIONS: The solicitation will be issued electronically. The Government proposes to transfer Request for Proposal (RFP) files through AMRDEC Safe Access File Exchange and be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: MSG Joseph, Keith, Contract Specialist, Telephone (540) 665-2658 and e-mail keith.joseph@usace.army.mil NEW PROCESSES AND PROCEDURES/INFORMATION FOR: REQUESTING SOLICITATIONS/BIDDERS LIST REGISTRATION/PASSWORD RETRIEVAL INFORMATION /EMAIL ALERTS For Bidders List Registration and Email Alerts log onto the link listed below. (Solicitation release information and required password/s will only be released to those who have electronically filled out a Capabilities Statement. Capabilities Statements are required for EACH solicitation of interest.) http://www.aed.usace.army.mil/contracting.asp Click the Sources Sought Tab, click on the Capabilities Statement "Complete" button of the solicitation of interest, fill in the requested information and then click on Register. This will Automatically place you on the Bidders List for subject solicitation. Once you have completed the Sources Sought Information return to the Home page and click on "Sign Up for Email Alerts." This function allows you to receive Automatic email alerts when any new solicitation actions occur. Automated Capabilities Statement entries must be completed prior to the release of the solicitation due to the fact that solicitation password information is only sent to those who have completed the on-line Capabilities Statement. Your submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. Questions concerning the New Processes and Procedures can be sent to MSG Joseph, Keith (information above) and Mrs. Pamela D. Gillum, telephone (540) 665-3609 and e-mail pamela.d.gillum@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0059/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
- SN02722700-W 20120418/120416234446-1a434afa53b9f1a86ed552368778c138 (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 |