SOURCES SOUGHT
Y -- Sewage Treatment System Expansion - AASAB Kuwait - Capability Statement
- Notice Date
- 9/27/2018
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures 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
- W912ER18R0049
- Archive Date
- 10/26/2018
- Point of Contact
- Elizabeth C. Tedrow, Phone: 5406673409, Kenneth G. Baker, Phone: 5406652607
- E-Mail Address
-
elizabeth.c.tedrow@usace.army.mil, kenneth.g.baker@usace.army.mil
(elizabeth.c.tedrow@usace.army.mil, kenneth.g.baker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Capability Statement Issue Date: 27 September 2018 Response Date: 11 October 2018 Set Aside: As the work will be performed outside of the continental United States, no set asides to small business or socioeconomic preference for this solicitation. NAICS: 237110 - Sewage treatment plants or facilities Contracting Office Address: US Army Corps of Engineers - Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 SYNOPSIS: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information, for market research purposes, from capable and reliable sources with experience working in Kuwait, who may be interested in submitting a proposal to the following project as specified. TAM is anticipating a Design-Bid-Build (DBB) award for a sewage treatment facility expansion. This project will be constructed within Ali Al Salem Airbase (AASAB) in Kuwait. A firm fixed price contract will be awarded to a prime construction contractor. PROJECT SCOPE: USACE-TAM has a requirement for construction of the wastewater treatment plant expansion at AASAB, which requires the enlargement of the existing system. This work will add additional flow from remote collection facilities via lift station, force main, and gravity sewer, installation of two additional treatment cells, and construction of an effluent holding tank to accommodate local irrigation. Important design features center around two situations - new construction on new alignments, and new construction connecting to existing facilities. The work described shall be constructed in accordance with current U.S. design standards, safety, applicable local standards and other criteria as defined in the specifications. This project includes work in access controlled space. The Contractor will need to satisfy the security requirements contained within the Request for Proposal (RFP) when issued. a. The Period of Performance is anticipated to be 420 calendar days from issuance of notice to proceed. b. The magnitude of the Sewage Treatment System Expansion project is between $1,000,000.00 and $5,000,000.00. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued on the Federal Business Opportunities Website at www.fbo.gov. It is anticipated that he Best Value Trade-off (BVTO) contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition will result in a single-fixed price construction contract awarded based on BVTO determination. SUBMISSION REQUIREMENTS: Provide your experience as a Prime Contractor completing expansion and construction of sewage treatment facilities: Complete the attached Capability Statement and list projects that demonstrate your recent experience and ability to perform similar scope and size projects. Include project scope, location, magnitude, and date completed or % complete if still in progress. Similar projects should have a magnitude of at least $1M to $5M and performed within the past 5 years. Submission documents, including the Capability Statement, should be no more than 5 pages (double-sided). RESPONSE PERIOD: This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide the aforementioned submission requirements and a response in the affirmative if your company is interested in participating in this opportunity no later than on 11 October 2018 at 4:00PM EST, sooner if at all possible. Questions concerning the processes and procedures can be sent to Kenneth Baker, e-mail: Kenneth.G.Baker@usace.army.mil and Elizabeth Tedrow, email: Elizabeth.C.Tedrow@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER18R0049/listing.html)
- Record
- SN05108152-W 20180929/180928015113-f3a64df8d1b7aae0d263793a260768cf (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 |