Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2018 FBO #6168
SOLICITATION NOTICE

Y -- DESIGN/BUILD FOR A NEW OFF COMPOUND UNCLASSIFIED PREFABRICATED STORAGE WAREHOUSE FACILITY (WHE) PROJECT, OUAGADOUGOU, BURKINA FASO. - PRE-SOLICITATION NOTICE Solicitation No.: 19GE5019R0001

Notice Date
10/11/2018
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of State, Office of Acquisitions, Regional Procurement Support Office Frankfurt, Germany, American Consulate General Frankfurt, Giessenerstrasse 30, 60435, Frankfurt am Main, Non-U.S., Germany
 
ZIP Code
00000
 
Solicitation Number
19GE5019R0001
 
Archive Date
11/12/2018
 
Point of Contact
Colum Mullan, Phone: 49-69-7535-3341, Joanna Catsamaki, Phone: 496975353318
 
E-Mail Address
MullanPC@state.gov, catsamakij@state.gov
(MullanPC@state.gov, catsamakij@state.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE The American Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: DESIGN/BUILD FOR A NEW OFF COMPOUND UNCLASSIFIED PREFABRICATED STORAGE WAREHOUSE FACILITY (WHE) PROJECT, OUAGADOUGOU, BURKINA FASO. The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Design/Build Firm Fixed-Price Construction Type Contract during the first/second quarter of fiscal year 2019. The successful offeror shall provide professional design and construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe. The successful offeror shall perform all required design works and construction services including furnishing all labor, material, equipment and services required to complete the new warehouse and compound facility in Ouagadougou, Burkina Faso. Summary project description: The U.S. Government has leased 8,000sm out of an 18,738sm parcel of land for the construction of a stand-alone, storage-only warehouse. The exact location and configuration of the 8,000sm lot shall be determined by the Contractor on the basis of site access, utility connections, and proposed site utilization, subject to U.S. Governments approval. The parcel can be accessed from existing roadways. Geotechnical information for this site will be made available for informational purposes only. Electrical power is present across the street from the west side of the property and water is available immediately to the west of the property. It is the responsibility of the Contractor to connect existing power and water in the area to the new structure, bring required telephone and internet connectivity to the site, and coordinate payment and ensure proper metering and account set-up to provide functionality in accordance with the standards outlined in the scope of work. The Contractor shall pay all installation and connection fees. Required utilities include power, telephone, internet, water, and storm drainage. The contractor shall be responsible for the construction of the entire facility, including but not limited to roads, vehicular and pedestrian gates, fencing and some forced entry /ballistic resistant (FE/BR) 15-minute items. Pursuant to Subpart 36.204 of the Federal Acquisition Regulation (FAR), the estimated magnitude for the entire project is between $5,000,000.00 and $10,000,000.00 U.S. Dollars (Note: the prescribed FAR range determinations provide relatively wide ranges only, in order to give potential offerors a very general orientation as to the magnitude of the work. However, the specified range is not meant to give any indication as to the Independent Government Cost Estimate for this project, which could be at the lower or the upper end of the range indicated). Qualified companies interested in the solicitation shall express their interest by written correspondence to the attention of Mr. Colum Mullan at MullanPC@state.gov, no later than November 11, 2018 using the solicitation number 19GE5019R0001 in the subject line. DO NOT TELEPHONE. All requests for a copy of the solicitation MUST include the following information: Name of Firm, DUNS number, Name, Telephone and Email Address of Point of Contact and Complete Physical and Mailing Address of Firm. The solicitation package/documents shall not be placed on FedBizOpps as the document contains SBU information. Only companies submitting a letter of interest shall receive a copy of the solicitation package/documents when available. The solicitation package will only be available in the English language. All requirements for translations will be at the expense of the Contractor. Additionally, you are required to complete and include in your expression of interest the below checklist. All requests for the solicitation document that are submitted without the checklist, or with an incomplete checklist, will be rejected. Firms shall be knowledgeable in written and spoken English and possess all appropriate permits and licenses to perform construction work in Burkina Faso. A pre-proposal conference and site visit shall be tentatively scheduled for the first week in December 2018, details of which will be provided to interested offerors with the solicitation package. APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST SOLICITATION NO. 19GE5019R0001 COMPANY NAME: _________________________________ In checking the boxes of this check listing, you are acknowledging that your company is able to reach compliance with the following highlighted requirements included in the solicitation. In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999 it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Contractors shall be required to provide: a.A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country, b.Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing, and c.Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. You will be required to provide information that clearly shows you are able to work in the country of Burkina Faso. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified. The US Government will not provide any assistance with Visas. Irrevocable Letters of Credit (ILOC): You shall show by way of a letter from a financial institution that your company will be provided with ILOCs totaling 40% of the value of the contract. The amounts being approved by your bank will need to be written into the documentary proof. If you have a Unique Entity Identifier* and have been SAM** registered, please include below. Please note that the requirement to obtain a Unique Entity Identifier and for your company to be SAM registered, shall be a mandatory requirement before contract award. Unique Entity Identifier: ________________SAM Registered:( ) Yes ( ) No * Unique Entity Identifier: www.sam.gov ** System for Award Management: www.sam.gov The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions. Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures. The Contract Specialist for the administration of this contract is Mr. Colum Mullan, email MullanPC@state.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/27f8f004a9851a8eacfbf06eca9537b8)
 
Place of Performance
Address: Ouagadougou, Burkina Faso., Ouagadougou, Non-U.S., Burkina Faso
 
Record
SN05121745-W 20181013/181011230926-27f8f004a9851a8eacfbf06eca9537b8 (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.