SOURCES SOUGHT
Y -- Construction - Peace Vector (PV) VII Package C in Cairo, Egypt
- Notice Date
- 12/13/2016
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W912ER-17-R-0011
- Point of Contact
- Andrea L. Greene,
- E-Mail Address
-
andrea.l.greene@usace.army.mil
(andrea.l.greene@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- •1. 1. SYNOPSIS: The United States Army Corps of Engineers, Middle East District is seeking preliminary market information from capable and reliable sources to gain knowledge of potential qualified business concerns capable of performing construction and renovation of various facilities in Egypt. Since all of the work will be performed outside of the continental U.S., no set asides or socioeconomic preference of any sort will be granted. The North American Industry Classification System (NAICS) code for this effort is 236220, Commercial and Institutional Building Construction. 2. DISCLAIMER: This announcement is for market research purposes only and is not a Request for Proposal. This Source Sought notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered responses to any corresponding solicitation. All data received in response to this request for information marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. 3. ELIGIBLE CONTRACTORS WILL BE LIMITED TO: (1) U.S. firms, or (2) Joint Ventures of U.S. and Egyptian firms. To be considered a U.S. firm, the firm must be incorporated and have had its corporate headquarters in the U.S. for a minimum of three years; shall have filed state and federal income declarations for a minimum of three corporate years within the preceding four-year period, having paid any applicable taxes determined to be due as a result of such filing; and employ U.S. citizens in key management positions. To be considered an Egyptian firm, the firm must have a minimum of 51 percent Egyptian ownership and must be an independently-owned firm. Egyptian firms which are partially or wholly-owned by or otherwise affiliated with the Government of Egypt or its agencies are ineligible. All qualified firms may express an interest in this project. 4. PROJECT INFORMATION: This requirement is for the design and construction of facility upgrades, new facilities and infrastructure improvements to support F-16 aircraft, and accommodate base expansion and upgrades for enhancing operability, safety, security, maintenance and training requirements for Egyptian Air Force readiness and operational reliability at Cairo West Air Base. Facilities and upgrades include squadron operations, munitions storage/assembly, guard towers, small arms storage, vehicle maintenance, sunshades, personnel support facilities, taxiway improvements, and minor renovations. Supporting facilities include site improvements, paving, parking, exterior lighting, utilities, electrical service, transformers, and communication system. General elements of work may include but are not limited to civil, architectural/structural, mechanical, electrical, plumbing, HVAC, and fire protection. The contractor will provide all aspects of work, including but not limited to labor, tools, materials, equipment, and personnel. 5. SUBMISSION PROCEDURES: a. Submissions should include the eligible business concern's name, address, point of contact information (name, phone number, and email address), CAGE Code, and DUNS number. b. Provide your experience as a Prime Contractor completing design and/or construction of projects valued at least $5 Million to $10 Million in size within the past five years. Provide a list of projects completed by your company and demonstrate your recent experience and ability to perform similar scope and size projects in Egypt or in other Middle Eastern countries. Information should be sufficiently detailed to demonstrate your firm's capabilities but may not exceed 10 pages (defined as text on one side). c. Provide your capabilities for obtaining Performance and Payment Bonds or other acceptable sureties for this project, if awarded. See Federal Acquisition Regulation (FAR) clause 52.228-15. d. Submission of Capability Statements should be sent in Microsoft Word or Adobe Portable Document Format (PDF) via email to Andrea.L.Greene@usace.army.mil using the following naming convention: Company Name-CAPABILITY STATEMENT- W912ER-17-R-0011. e. Responses are due no later than January 13, 2017, 4:00PM EST. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-17-R-0011/listing.html)
- Record
- SN04350549-W 20161215/161213234803-9351c14af090c86f1945eda219d75cd8 (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 |