SOLICITATION NOTICE
Y -- Design-Build Construct Maritime Operations Center (Renovate DFAC and Auditorium), Le Pecherie Naval Base, Tunisia.
- Notice Date
- 1/6/2023 1:51:27 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD EUR SWA FPO AE 09622-0051 USA
- ZIP Code
- 09622-0051
- Solicitation Number
- N3319123R4003
- Response Due
- 1/22/2023 11:00:00 AM
- Point of Contact
- GRAEME SILVA, Phone: 390815682793, Teresa Smith
- E-Mail Address
-
graeme.l.silva.civ@us.navy.mil, teresa.smith@eu.navy.mil
(graeme.l.silva.civ@us.navy.mil, teresa.smith@eu.navy.mil)
- Description
- Solicitation No. N3319123R4003 Design-Build Construct Maritime Operations Center (Renovate DFAC and Auditorium), Le Pecherie Naval Base, Tunisia. Contact Point:� Graeme Silva, Contract Specialist - Phone: 0039 0815682793 e-mail: graeme.silva@eu.navy.mil This is a Pre-solicitation notice only. This is not a Request for Proposal (RFP); there is not a solicitation or specifications available at this time. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command Europe Africa Central (NAVFAC EURAFCENT), implied or otherwise, to issue a solicitation or ultimately award a contract. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. ************************************************************************************************************* � This project is for D-B Construct Maritime Operations Center (Renovate DFAC and Auditorium), Le Pecherie Naval Base, Tunisia; a general summary of the work is as follows: CLIN 0001, Base Bid: Full design and construction for the construction of a new Maritime Operations Center in accordance with the Performance Technical Specifications (PTS).� The work includes but is not limited to design and construction of a new 526.24 m2, two story reinforced concrete building with a standing seam metal roof; the heating, ventilation, and cooling system (HVAC); office space;� lighting; roofing; electrical; and plumbing. CLIN 0002 (Option 01):� Full design and construction for the renovation of the dining facility in accordance with the PTS. The work includes but is not limited to the replacement of the existing flooring; new interior wall paint; exterior stucco wall finishes; replacement of existing windows and doors; replacement of electrical wiring, fixtures, and systems throughout the facility; replacement of plumbing fixtures; roof renovation to include waterproofing and insulation; and interior and exterior lighting. CLIN 0003 (Option 02): Full design and construction for the renovation of the auditorium in accordance with the PTS. The work includes but is not limited to the replacement of the interior wall paint; exterior stucco finishes; flooring renovation; replacement of existing seating; replacement of windows and doors; and the replacement of electrical wiring, fixtures, and systems throughout the facility. ************************************************************************************************************ In accordance with FAR 36.204, the magnitude of this project is expected to be between $1,000,000 and $5,000,000. ************************************************************************************************************ This is a new procurement.� It does not replace an existing contract.� No prior contract information exists.� ************************************************************************************************************ Offerors may view and/or download the solicitation at Opportunities https://sam.gov when it becomes available. The solicitation is available in electronic format only. CDs or hard copies of the solicitation will not be provided. All notices/amendments related to the solicitation will be posted to https://sam.gov. All offerors are advised that this project may be delayed, cancelled or revised at any time during the solicitation, selection, evaluation, negotiation and/or final award process. It is the responsibility of the contractor to check SAM.gov frequently for any amendments or changes to the solicitation. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted at the referenced website. No CDs or hard copies will be made available. If you are interested in the above contract, please submit statements of interest to Graeme Silva at Graeme.Silva@eu.navy.mil no later than ************************************************************************************************************ The information provided below is to alert the prospective offeror to items which may take some time to process. Therefore, it is recommended that a firm that intends to submit a proposal start the process at this time. The Government has stopped using the Data Universal Numbering System (DUNS) numbers, and will instead require all offerors to have a current (active) Unique Entity Identifier (UEI), as the primary means of entity identification for federal awards government-wide. The Government also continues to require each offeror to have a current (active) Commercial and Governmental Entity (CAGE) Code if a United States firm, or a NATO Commercial and Governmental Entity (NCAGE) Code if a non- United States firm, and an active registration in the System for Award Management (SAM). The UEI and CAGE or NCAGE Code must be included on the proposals. It is the responsibility of the offeror to comply and register. Unique Entity Identifier (UEI): (https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/iae-systems-information-kit/unique-entity-identifier-update) NATO Commercial and Governmental Entity (NCAGE) Code: (https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx) System for Award Management (SAM): (https://www.sam.gov/SAM/) JOINT VENTURE REQUIREMENTS Joint Venture (JV) offerors shall provide with their proposal a notarized legal document that establishes the JV. The JV Agreement shall take effect upon the submission of the proposal and remain irrevocable until one (1) year after the work has been finally inspected and accepted by the Government.� Submission of the notarized legal document that establishes the JV shall be furnished with the proposal in its original language version along with a certified English translation of the notarized JV document. The Joint Venture must be formed and valid at the time of submission of the proposal. The offeror must include the NCAGE code and DUNS number of the JV on their proposal.� The validated notarized legal document must include language that each member of the JV will be jointly and severally liable for the performance of the whole contract and will be incorporated into the contract award if award is made to the JV. (a) Name of firms that form the Joint Venture and the name of the Joint Venture (b) Name and title of the corporate officials signing in behalf of each party (c) Solicitation number (d) Description of the responsibilities in terms of work category for each partner (e) The statement ""The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government.� (f) Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. (g) Statement under oath stating that the Joint Venture(JV) is in compliance at the time of proposal submission with all applicable laws, rules, and regulations.� This statement must be signed under oath by all members comprising the Joint Venture. The U.S. Government reserves the right to review the actual JV Agreement to determine its basis and compliance with the applicable laws. Any internal agreements affecting the internal composition of the existing JV and its potential liabilities in relation to the contract (bonds, insurance, etc.) will be sent to the Contracting Officer to provide notice of the same. Any change in the composition of the JV will require the JV to formally request a Novation Agreement in accordance with FAR 42.12, which will be approved/disapproved at the discretion of the Contracting Officer. CERTIFICATIONS, LICENSES, PERMITS, FEES, ETC. Offerors are responsible for acquiring any required professional certifications (licensing) as required by the country the work will be performed in.� Offerors shall be responsible for determining and paying all fees associated with, and obtaining any required permits for proposed projects including, but not necessarily limited to permits for onsite and off-site hauling, demolition/disposal, storm water discharge, construction activity, temporary utilities, road improvements, communications, etc.� Offerors are responsible for complying with environmental laws, regulations and requirements. All coordination with the local, regional, national authorities is the responsibility of the offeror.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1852300157f430d870e73d5d94a3d03/view)
- Place of Performance
- Address: TUN
- Country: TUN
- Country: TUN
- Record
- SN06558318-F 20230108/230106230101 (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 |