SOURCES SOUGHT
Y -- Project 13580 - Unmanned Aerial Vehicle Facility, Israel - Sources Sought Response Form
- Notice Date
- 1/8/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-16-X-0010
- Archive Date
- 2/9/2016
- Point of Contact
- Oksana Strekha, Phone: +(49)(0) 611-9744-2626, Glenn E. Adams, Phone: 004961197442723
- E-Mail Address
-
Oksana.Strekha@usace.army.mil, glenn.adams@usace.army.mil
(Oksana.Strekha@usace.army.mil, glenn.adams@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Response Form - 13850 UAV SOURCES SOUGHT NOTICE - FOR INFORMATIONAL PURPOSES ONLY Project 13580 Unmanned Aerial Vehicle Facility (UAV), Israel The purpose of this Sources Sought Notice is to identify qualified firms that are interested in and capable of performing the required work in Israel, as described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Sources Sought Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and responses to this Notice will not be returned. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. FOREIGN MILITARY SALES REQUIREMENT: The proposed construction work will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in the anticipated solicitation must be U.S. firms. Any joint-venture must be with another U.S. firm. PROJECT REQUIREMENTS: The U.S. Army Corps of Engineers, Europe District is seeking interested firms capable of a FMS construction project in Israel. The project involves the new construction of an unmanned aerial vehicle (UAV) operation facility which contains up to twelve (12) aircraft hangars, two (2) aircraft support buildings (administrative and technical), storage building, equipment sheds, and a fuel station. Construction of new roads, parking areas, taxiways, and road reconfiguration and the extension of an existing runway in the vicinity of the UAV operation facility is also included in the project scope. Supporting works include site development, site improvements, utilities and connections, lighting, fire protection, curbs and gutters, storm drainage, information systems, fixed furnishings, landscaping and signage. Construction measures in accordance with the Host Nation Technical Requirements (HNTRs) and the Standards Institution of Israel will be provided. The estimated Magnitude of Construction is between $10,000,000 and $25,000,000. The North American Industrial Classification System Code (NAICS) is 236220. KEY REQUIREMENTS: 1. Must have experience with construction of aircraft hangars, aircraft support facilities, fuel stations, and runway construction. 2. Primary disciplines - • Civil: Project site requires a high volume of earth cut work and significant road and runway works. • Structural/Architectural: Large-scale aircraft operation and maintenance facility requiring substantial amount of steel and concrete works. • Mechanical/Electrical: Large-scale aircraft operation and maintenance facility containing a fuel station, administrative and technical support buildings, and specialty runway lighting. 3. Facility Clearance (FCL) Requirement. In order to be eligible to perform under this contract, the pre-qualified firm(s), including all entities which comprise a joint venture, and the joint venture itself, must possess or be able to obtain at a minimum a Department of Defense (DoD) Secret facility security clearance (FCL) with Secret safeguarding capability, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. Offerors already possessing the necessary FCL must submit their appropriate Commercial and Government Entity (CAGE) Code, facility clearance and safeguarding level with the required pre-qualification documentation. In order to receive plans and specifications or to participate in a site-visit, offerors must possess an FCL clearance. RESPONSES: The Government is posting this sources sought notice, to gain knowledge of interested construction firms who have the capabilities to complete and perform a contract of this magnitude. Firms that are interested in participating in the solicitation and have the capabilities to complete and perform the work contemplated under the resultant solicitation shall provide the following information to the Government points of contact listed below. SUBMISSION REQUIREMENTS: Respondents interested in providing a response to this Sources Sought Notice should limit their responses to 15 pages and shall include the following information: a) Completed Sources Sought Form (attached), to include company name, address, point of contact, phone number, e-mail address, Cage and DUNS number; b) Offeror's capability to meet the project requirements; c) Offeror's capability to perform a contract of this complexity and dollar value; d) Offeror's are requested to submit NO MORE THAN three (3) projects of similar scope and complexity performed within the last five (5) years. Include a brief description of the project, customer name, timelines of performance, customer satisfaction, and dollar value of the project; e) Offeror's experience working with projects involving anFCL; f) Offeror's experience working in Israel; g) Offeror's Joint Venture information if applicable - existing and potential; h) Offeror's bonding capability (Construction bonding level per contract and aggregate construction bonding level, both expressed in U.S. dollars). Offerors who have a valid DUNS number, CAGE code, FCL and SAM registration demonstrating NAICS code 236220 and whose response to the information above indicates an adequate approach and understanding of the requirements will obtain the solicitation and any subsequent amendments through the AMRDEC SAFE website at https://safe.amrdec.army.mil/safe/. Offerors are encouraged to visit this web site and become familiar with its contents and functionality prior to the solicitation issue date. It is projected that the Pre-Solicitation will be issued on or about February/March 2016. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided; however, solicitation documents may be printed by the offerors and handled in accordance with the applicable document security regulations and subsequently destroyed by all offerors, other than the successful offeror, after award. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. RESPONSES DUE: All interested Offerors shall respond to this Sources Sought Notice via email no later than 16:00 PM Central European Time (CET) on 25 January 2016. Please submit responses and required information to oksana.strekha@usace.army.mil with a cc: to glenn.adams@usace.army.mil. QUESTIONS: Questions regarding this Sources Sought Notice may be directed to the Contract Specialist, Oksana Strekha at oksana.strekha@usace.army.mil with a cc: to glenn.adams@usace.army.mil. All interested contractors must be registered in System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM, in order to be eligible to receive the solicitation and for award of a Government contracts. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-X-0010/listing.html)
- Record
- SN03986987-W 20160110/160109132900-91a1e81c81916368ec4d211260606af7 (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 |