Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOLICITATION NOTICE

Y -- Pre-Solicitation for Aquora National Training & Operational Center (ANTOC) for a Design Bid Build contract

Notice Date
5/14/2021 5:36:49 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER21R0024
 
Response Due
5/29/2021 2:00:00 PM
 
Archive Date
06/02/2021
 
Point of Contact
Elizabeth Tedrow, Maria Rodeffer
 
E-Mail Address
elizabeth.c.tedrow@usace.army.mil, maria.c.rodeffer@usace.army.mil
(elizabeth.c.tedrow@usace.army.mil, maria.c.rodeffer@usace.army.mil)
 
Description
United States Army Corp of Engineers, Middle East District, Construction of a Design-Bid-Build (DBB) Firm Fixed Price contract.� Pre-Solicitation Notice for W912ER21R0024 Anticipated Solicitation Issue Date: June 1 - Mid June 2021 Anticipated Solicitation Response Date: Mid July 2021 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: 236220 � Commercial and Institutional Building Construction Contracting Office Address: US Army Corp of Engineers � Middle East District, P.O. Box 2250, Winchester, VA 22604-1450 SYNOPSIS: TAM is anticipating a Design-Bid-Build (DBB), firm fixed price (FFP), award for the construction of a slab on grade (reinforced concrete pad) and associated site work and grading.� This project will be constructed within the Aquora National Training & Operational Center (ANTOC) in Lebanon. �A firm fixed price contract will be awarded to a prime construction contractor.� �PROJECT SCOPE: �This Design-Bid-Build (DBB) project consists of the construction of a slab on grade, in its entirety is 26.5 x 15.3 meters (87'-�0"" X 50�.2�).� Site work includes the following: grading and preparing of surface as indicated by drawings.� Grading and compacting access as indicated by RFP drawings.� � Optional Work: Option #1 � Concrete Masonry Unit (CMU) Structure to include a CMU and metal truss structure dimensions 11,600mm X 15,744mm (38�-0� x 52�-0�). Option #2 � Access Road Aggregate to include surfacing graded access road with 6� of aggregate surfacing. The Period of Performance is anticipated to be 365 days from issuance of notice to proceed.� The magnitude of the ANTOC construction projects is between $1,000,000.00 ($1M) - $5,000,000.00 ($5M) Proposal Procedures: The Request for Proposal (RFP) will be issued on beta.SAM.GOV.� It is anticipated that the lowest price technically acceptable (LPTA) contracting method will be used to evaluate proposals.� Evaluation criteria will be stated in the RFP.� This acquisition will result in a single-fixed price construction contract award based on the LPTA determination.� Site visit information will be stated in the RFP.� Due to COVID travel restrictions please ensure that you are able to gain access to Lebanon for the site visit.�� Qualification Criteria: In order to be found eligible for this award of this requirement, the offeror must meet the following criteria: The Offeror shall be registered and approved in the System for Award Management (SAM) �https://www.sam.gov. SAM is the official website required in order to do business with the U.S. Government. The offeror shall have the means to obtain financial surety for this project through US Treasury bonds, Irrevocable Letter of Credit (ILCs) or other means. The respondent must outline their plan for obtaining financial surety as part of the required submittals detailed below. The location for this requirement is in the country of Lebanon. The offeror must demonstrate a working understanding of the necessary access requirements for Lebanese Armed Forces (LAF) facilities. As security requirements are subject to change, it will be the Contractor's responsibility to meet current security requirements necessary to both obtain and maintain access to LAF military facilities. The potential Offeror shall possess the capability to pass all mandatory physical and logistical admittance requirements to be granted entrance to the country of Lebanon. This includes any and all requirements related to COVID-19 Restrictions. Base life support on the construction site will not be available. The Contractor shall have responsibility for all Life Support items (food, lodging and transportation to the worksite) for their workforce. The Offeror shall have the capability to exercise rapid deployment and portability options with minimal operation disruption, secure habitability and physical security. The construction site for this requirement will be at an undisclosed location within the country of Lebanon. The location is difficult to access as it is in a very remote, mountainous geographical location at high altitude which is snow covered for much of the calendar year. Therefore, the offeror must have the means, or means to arrange for, unconventional transportation methods (i.e. other than a ground vehicle) to the project location. If required, the Offeror must be able to ship to the OCONUS location, all products, materials, and equipment; complete customs clearance and be delivered to the designated destination within the Period of Performance PoP). RESPONSE PERIOD: This is a pre-solicitation notice 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.� Questions can be sent to Maria Rodeffer, email: Maria.C.Rodeffer@usace.army.mil and Elizabeth Tedrow, email: Elizabeth.C.Tedrow@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/338f0adf16024093b8dc9e0df6e4d668/view)
 
Place of Performance
Address: LBN
Country: LBN
 
Record
SN06002424-F 20210516/210514230116 (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 |
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.