SOURCES SOUGHT
99 -- Bunker Retrofit for Iraq, Kuwait, and Jordan
- Notice Date
- 6/17/2021 1:50:42 PM
- Notice Type
- Sources Sought
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- PANTAD-21-P-0000-000701
- Response Due
- 6/30/2021 1:00:00 PM
- Archive Date
- 07/15/2021
- Point of Contact
- Eric L. Caruso, Phone: 5406652636, Holly K. Watson, Phone: 5406652592
- E-Mail Address
-
eric.l.caruso@usace.army.mil, Holly.K.Watson@usace.army.mil
(eric.l.caruso@usace.army.mil, Holly.K.Watson@usace.army.mil)
- Description
- U.S. ARMY CORPS OF ENGINEERS TRANSATLANTIC MIDDLE EAST DISTRICT BUNKER RETROFIT IDIQ, COUNTRIES OF IRAQ, KUWAIT, AND JORDAN SOURCES SOUGHT JUNE 2021 The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM), is seeking preliminary information, for Market Research Purposes only, from capable and reliable sources who may be interested in submitting a proposal for a new Indefinite Delivery/Indefinite Quantity (IDIQ) contract to supply, fabricate, and install bulkhead with door systems on existing personnel bunkers, this will include bulkheads of various material types in the countries of Iraq, Kuwait and Jordan. The United States Army Central (USARCENT) has a need for several hundred of these bulkhead with door systems throughout the indicated countries in order to retrofit existing personnel bunkers to enhance the level of protection provided by the bunker.� NOTE: The U.S. Government is contemplating three (3) single award IDIQ contracts, one for each country listed above (i.e. Iraq, Kuwait, and Jordan). Vendors who respond to this sources sought should indicate for which country or countries they are interested in preparing a proposal. The subsequent information provided in the responses should then be tailored to only the country or countries they are interested in. A. Project Requirements:� Potential vendors shall reference the attached drawings for more information on the bulkhead with door system. The main components of the system include a steel channel set on grade, with five vertical steel columns. The infill between the columns could include the following materials: Wood: Specifically 100mm x 100mm and 50mm x 200mm sized lumber, 600mm long stacked between columns (with one infill column being 860mm in length above the door). Concrete poured between columns using two 5mm thick steel plates as forms. Steel plates (two 10mm thick between each column) with sandbag infill. Steel plates (two 5mm thick between each column) with steel stiffeners with sandbag infill Regardless of infill type, a 5mm thick steel plate with stiffeners door is required to be bolted to the bulkhead as shown in the attached drawings. The bulkhead and door system is generally intended to be bolted to existing �c-channel� personnel bunkers, at the top edge of the existing bunker�s open end(s), although alternatives may be included in the final solicitation to allow self-supported door systems. Potential vendors are requested to provide information on availability and pricing for each of the described infill options, in their country or countries of interest, including the steel door. Vendors should assume that as many as 500 bulkhead/door systems will be required as part of this IDIQ in each country and are requested to indicate their ability to source material in quantities sufficient to execute this requirement in their capability statement (in the country of their choosing). They are requested to state if any of the infill options will be easier to procure or fabricate in the local market than other options. B. Delivery and Installation Requirements: Awardees under this IDIQ will be required to deliver and install bulkhead/door systems to any location in their respective country of award (i.e. Iraq, or Kuwait, or Jordan) however the preponderance of the requirement(s) will be at the installations listed in the following paragraph. Vendors will be expected to obtain access to these (and other installations in their respective country of award) and are requested to describe in their capability statement if they currently possess access privileges to any of them. It is generally expected that vendors will fabricate the bulkheads off-site and deliver them to the final location in a condition ready to be attached to existing bunkers. On-site assembly may be possible, but vendors will be expected to minimize logistical challenges, including those associated with base access. Once delivered on-site, vendors will be expected to perform installation activities, and the bulkheads will generally not be considered successfully delivered until they are properly installed and accepted by the Government. C. Location of Performance:� Country-wide throughout the countries of: Iraq: Potential vendors should highlight their experience working in any capacity at Al Asad Air Base, Erbil Air Base, and at U.S. compounds in the Green Zone, Baghdad (e.g. Union III). Kuwait: Potential vendors should highlight their experience working in any capacity at Camp Arifjan and Camp Buehring. Jordan: Potential vendors should highlight their experience working in any capacity at Camp Titin, King Abdullah II Air Base, Joint Train Center, and Prince Hassan Air Base (H5). D. Magnitude of Requirement:� The magnitude for this requirement is between $4,000,000.00 and $10,000,000.00 for each contract. E. Responses from Industry:� Interested contractors are asked to submit the following in one package: Capability Statement with point of contact information, to include logistical capabilities in the country of their choosing, capability to access the noted installations, experience performing fabrication activities using similar materials, statements on material availability and capability to source material in the quantity required. The capabilities statement should include information on each type of infill proposed above. Overall the capabilities statement should not exceed 3 pages. Rough Order of Magnitude (ROM) cost estimates for each type of bulkhead infill listed above on a per bulkhead/door basis in the country of their choosing. ROM costs should be broken down by procurement costs for materials, labor for fabrication, transportation to project site, and installation. All ROM costs should be inclusive of vendor overhead and profit. Vendors should provide approximate time frames needed for each element of performance listed in the previous paragraph. Vendors should note how quickly they could begin installation work on an initial order, and how long they would anticipate each bulkhead/door to be installed, once on-site. � F. Submittal of Responses:� Interested contractors must provide all of the above submittal information by 30 June 2021 not later than 4:00pm U.S. Eastern Daylight Time (EDT) to the below individuals.� � Eric L. Caruso Telephone: (540) 665-2636 Email: Eric.L.Caruso@usace.army.mil � Holly K. Watson Telephone: (540) 665-2592 Email: Holly.K.Watson@usace.army.mil * Additionally, since this is a request for information only, your response shall not constitute an offer.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e1428f0dc7144f8a572824d011a79ff/view)
- Record
- SN06036261-F 20210619/210618201540 (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 |