Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
SOLICITATION NOTICE

Y -- Design and Build Renovation for Iraq Police Stations and EOD Facility Re-awards, Various Locations, Iraq

Notice Date
7/31/2012
 
Notice Type
Presolicitation
 
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-0086
 
Response Due
8/15/2012
 
Archive Date
10/14/2012
 
Point of Contact
Andrea Greene, 540-665-5030
 
E-Mail Address
USACE Middle East District
(andrea.l.greene@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation No.: W912ER-12-R-0086 Original Issue Date: July 31, 2012 Response Date: August 15, 2012 Set Aside: N/A Contracting Office: US Army Corps of Engineers - Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 NAICS Code: 236220 Classification Code: Commercial and Institutional Building Construction SYNOPSIS: The U.S. Army Corps of Engineers (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region that are interested in submitting a firm fixed-price proposal for this project. This announcement is for the completion of three Local Police Stations (LPS) and one Explosive Ordinance Disposal (EOD) Facility at various sites within Iraq: 1) Al Abbas, Basrah Province, 2) Al Bayaa, Baghdad, 3) Al Mahamodiyah, Baghdad, and 4) Thi Qar Province. This will be a re-awarded contract. The magnitude of this project is between $1,000,000 and $5,000,000. PROPOSAL PERIOD: The solicitation is scheduled for release on or about August 24, 2012. The proposals will be due on or about October 8, 2012. Contract award is expected on or about November 16, 2012. PROJECT SCOPE: USACE Middle East District has a requirement to repair, renovate, and complete the construction of three LPS's and one EOD designed and constructed on a terminated contract. The previous contractor completed portions of the construction on each compound. The utilities, drainage, equipment, aesthetics and some building systems may require repair, renovation, and completion in order for the buildings to become fully functional. The contractor shall use architectural, structural, electrical, and civil designs and specifications provided by the Government for each of the four sites. The contractor shall be responsible for all remaining designs (civil, sanitary sewer, water distribution and drainage storm/rain water system, mechanical, as-built architectural, etc.) for this project. Work shall meet all requirements as defined in the RFP. PROPOSAL PROCEDURES: The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Lowest Price Technically Acceptable (LPTA) best value method in accordance with FAR 15.101-2. The evaluation criteria will be conveyed within the RFP. The contract will be awarded on a firm fixed-price basis only. Files pertaining to the solicitation will be available through Safe Access File Exchange. Interested offerors will receive an email notification with the subject: AMRDEC Safe Access File Exchange Delivery Notice. The notification will include a description of the file, a link to the file, and a password to retrieve the file. The file will only be available for 14 days and the password is a ONE-TIME USE ONLY during the 14 day period. See directions "NEW PROCESSES AND PROCEDURES/INFORMATION FOR: REQUESTING SOLICITATIONS/ BIDDERS LIST REGISTRATION /PASSWORD RETRIEVAL INFORMATION / EMAIL ALERTS" at the end of this notice regarding how to register for the Bidder's List for this solicitation. It is the offeror's responsibility to register for the Bidder's List following the instructions provided. The RFP will not be released by means other than those described below. ADDITIONAL INFORMATION: Site visit attendance is not mandatory but is strongly encouraged for offerors to assess the degree of completion of each site. Site visit details will be included in the RFP when it is released. POINT OF CONTACT: Ms. Andrea Greene, Contract Specialist, Telephone (540) 665-5030, e-mail andrea.l.greene@usace.army.mil. Alternate POC, Ms. Robyn Ratchford, Acquisition Management Specialist, Telephone (540)665-3676, e-mail robyn.ratchford@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 online 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0086/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02822079-W 20120802/120801000717-56aad97964197dc6b2907d6fd1260a35 (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.