Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2012 FBO #3900
SOURCES SOUGHT

Y -- European Phased Adaptive Approach (EPAA) Phase 2, Deveselu, Romania

Notice Date
7/27/2012
 
Notice Type
Sources Sought
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-12-X-0001
 
Response Due
8/2/2012
 
Archive Date
10/1/2012
 
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
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. 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 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 for a Department of Defense (Missile Defense Agency/U.S. NAVY) project to support missile defense in Europe and defense of the United States. The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of interested 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 disassembly and reassembly of a four-story, semi-modularized structure approximate 20,000 square-feet HEMP-shielded (High-Altitude Electromagnetic Magnetic Pulse) "Reconstitutable" Deckhouse (RDH), which is located at a facility in Moorestown, NJ (MNJ). The contractor will be responsible to dissemble the RDH at MNJ and package the RDH components into approved shipping containers provided by the Government, for ocean shipment. The Government will be responsible for the secured shipment of the RDH components to the Romanian site. The contactor will be responsible to unload the shipping containers and reassemble the RDH at the Romanian site. The RDH will in installed at the same time and in the same area as the RDH Support Building. The two structures will be mutually joined and will share the same internal infrastructure. Therefore, the contractor must have experience working in close proximately with other contractors, in the same area and at the same time. The contractor should indicate experience in overseas areas/austere environments, such as the Romania project site. The contractor must have experience with International Traffic in Arms Regulations (ITAR) and be a U.S. prime that holds a Facility Security Clearance (FCL). Only a U.S. Facility Cleared contractor can perform this work. The Contractor must also have experience working HEMP-shielded equipment. Supporting infrastructure will not be included in the contract. 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. d. Security Requirements: This project will include construction that will require the ability to handle classified documents and ITAR controlled documents. The following special procedures must be followed during construction. 1) Requirements for Construction: The Prime Contractor and any subcontractor must hold a US Facility Clearance. EU and host national labor restrictions will apply. 2) Access Control Requirements: A site security plan will remain in force for the entire project. The 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: Between $10,000,000 - $25,000,000. f. Performance Period: Estimated duration for disassembly, packaging the components into the Government Furnished containers is approximately 50 calendar days. This estimated duration DOES NOT include the shipping time for the RDH to be shipped from MNJ to the Romanian site (estimated 35 days - not part of this contract). The prime must then take possession upon arrival of the RDH in Romania (FOB job site) and will have 83 calendar days for inspection, shakeout and reassembly. Submission Requirements: Offerors response to this Source Sought shall be limited to 10 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, DUNS number and size standard. Offeror's must submit experience on at least two projects which demonstrate their ability to perform a contract of this magnitude and complexity to include offeror's in-house capability to execute construction, comparable work required to be performed. The experience must be within the past ten (10) years. The response must include Primes experience in complying with International Traffic in Arms Regulations (ITAR) and associated security measures. The Prime must provide affirmation of Facility Security Clearance (FCL) status as this is a contract requirement. Project experience must demonstrate the Primes ability to perform work that is closely integrated with the work of another contractor working concurrently and within close proximity. In addition, interested party must provide the customer name, timeliness of performance, customer satisfaction, and dollar value of the projects completed. Offeror's experience working in Europe, specifically in Eastern Europe (Romania). Offeror's type of business and business size. (Whether large business, small business, HUB Zone, Service Disable Veteran Owned Business, 8(a)). Offeror's Joint Venture information if applicable - existing and potential (any joint ventures must be between US firms only). 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 15:00 hrs (CET) 2 August 2012. All interested contractors must be registered in CCR to be eligible for award of Government contracts. Please send email responses to: dayon.t.santos@usace.army.mil. Email is the preferred method when receiving responses to this synopsis. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236210 with a size standard of $14Mil. CT Point of Contact: Tre 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-X-0001/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02818831-W 20120729/120728000910-21a80f834e36ecf95b5a8e113c5418ad (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 |
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.