SOLICITATION NOTICE
Y -- Construct DABS-FEV Storage, Campia Turzii Air Base, Romania
- Notice Date
- 10/20/2020 1:23:38 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB21R0003
- Response Due
- 11/3/2020 7:00:00 AM
- Archive Date
- 11/18/2020
- Point of Contact
- Shawna West, Chris Brackett
- E-Mail Address
-
shawna.m.west@usace.army.mil, christopher.brackett@usace.army.mil
(shawna.m.west@usace.army.mil, christopher.brackett@usace.army.mil)
- Description
- ANTICIPATED PROJECT TITLE: Construct Deployable Airbase Systems � Facilities, Equipment, and Vehicles (DABS/FEV) Storage, Campia Turzii, Romania AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) NAICS: �236220, Commercial and Institutional Building Construction PLACE OF PERFORMANCE: �Campia Turzii, Romania SOLICITATION NUMBER: W912GB21R0003 TYPE OF CONTRACT: The USACE NAU anticipates soliciting and awarding a stand-alone Design-Bid-Build (DBB) Firm Fixed-Price (FFP) contract for the construction of the facilities in support of Deployable Airbase Systems-Facilities, Equipment, and Vehicle (DABS-FEV) Storage, Campia Turzii Air Base (CTAB). The construction completion period is anticipated to be 913 calendar days after the Contractor receives the Notice to Proceed for the basic work. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. DESCRIPTION OF WORK: Construction of the DABS/FEV storage project consists of: five single-story warehouses varying in size to accommodate the EDI DABS/FEV storage mission and supporting facilities. Facility requirements are based on US Government design standards and will be arranged in a campus-style layout with an access road connecting to CTAB that also provides vehicular traffic circulation around the facility. The warehouses will store equipment that includes vehicles used for construction and maintenance, including rolling stock and construction vehicles such as loaders, excavators, trucks, and trailers, shipping containers, equipment pallets, and refueling tanker trucks.� The project supporting facilities include a single-story, multi-bay vehicle maintenance shop with administration areas, a fuel vehicle testing facility, a vehicle fueling station with above ground fuel storage tanks, a central plant building, a water supply pump house, security fencing, and a prefabricated security control booth with a manned gate. The supporting facilities also include, site work (landscaping, grading, and paving) and site utility systems (electrical, communications, water, sanitary sewer, and stormwater management), and parking for seventy-eight (78) civilian contractor staff. SELECTION PROCESS: The Government intends to select a contractor for award using a staggered receipt of proposals best value trade-off acquisition method.� This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. DISCLOSURE OF MAGNITUDE: The estimated magnitude of construction is between $25,000,000 and $100,000,000. SOLICITATION WEBSITE: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this, or any U.S. Government contract. Solicitation documents, plans and specifications will only be available via Beta.Sam.gov (https://beta.sam.gov/) website. The solicitation will be available only as a direct download. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 3 November 2020. The Government intends to award the contract by 28 March 2021. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror(s) by the Government. POINTS-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation.� The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Shawna West, at shawna.m.west@usace.army.mil and Contracting Officer, Chris Brackett, at christopher.brackett@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/717b2b933fca4f54938700f7d9b7bcc2/view)
- Place of Performance
- Address: ROU
- Country: ROU
- Country: ROU
- Record
- SN05832383-F 20201022/201020230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |