SOURCES SOUGHT
Y -- Taxiway/Runway Construction Services
- Notice Date
- 3/28/2023 5:55:09 AM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- W2SD FEST NAU1 EUROPE APO AE 09096 USA
- ZIP Code
- 09096
- Solicitation Number
- W912GB23X0034
- Response Due
- 4/11/2023 6:00:00 AM
- Point of Contact
- Robert E. Corkrum, John Du Bois
- E-Mail Address
-
robert.e.corkrum@usace.army.mil, john.j.dubois@usace.army.mil
(robert.e.corkrum@usace.army.mil, john.j.dubois@usace.army.mil)
- Description
- ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** Sources Sought Announcement for Runway/Taxiway Construction Services in Israel for USACE Europe District W912GB23X0034 ONLY FIRMS THAT ARE FROM THE UNITED STATES OR ARE A JOINT VENTURE OF ONLY US FIRMS ARE ELIGIBLE FOR AWARD. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: �237310 Highway, Street, and Bridge or Airport Runway Construction: PSC: Y1BD, Construction of Airport Runways and Taxiways 3. PLACE OF PERFORMANCE: Israel 4. ACQUISITION INFORMATION:� NAU anticipates soliciting and awarding a target of three Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) contracts to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Total Value of the Contract: The amount of work for the contracts will not exceed $30,000,000.00 in combined capacity which will be shared among the awardees. Work will be issued by negotiated firm-fixed-price task orders. Performance Period: The contracts will include a base ordering period of five (5) years, with no option periods. � The Task Order range is a minimum task order value of $25,000 to $5 million � The solicitation will include On-Ramp and Off-Ramp terms and conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location (Israel). 5. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US firms, or a joint venture made up only of US firms capable of executing runways and taxiways: rehabilitation and establishment construction projects in Israel. The construction scope of work is for rehabilitation and establishment of runways and taxiways including, but not limited to, concrete pavements, site development, and site works including all required utilities and infrastructure in Israel. The potential acquisition includes: Rehabilitation includes Rehabilitation in concrete slabs, epoxy treatment, JFR (jet fuel resistance) in the connecting points, replacement of damaged slabs etc. Rehabilitation of asphalt in runways taxiways and roads. Bitumen Sealing Compound for Road Expansion Joints, etc. Removal of rubber in runways The finishing work shall also include painting, marking, etc. Drainage works and slope stabilization. Electrical works including, but not limit to supply and install of: High and medium voltage systems of runways and taxiways lighting, wind cone, different types of guidance signs and CCR's. Short detection in airport lighting circuit and its repair. Finding a disconnect in airport lighting circuit and repairing it Milling�and paving of asphalt in runways taxiways and roads. Removal�of paint and Painting of marking on taxiway/runway Establishment of infrastructure includes Earthworks and drainage work. Subbase, base layer and shoulder work for new asphalt pavement Runways and taxiways lighting and more. Removal of existing asphalt pavement layers, concrete pavement and sub-base layers. Construction of new asphalt pavement over existing and newly constructed base layers. Foundation works for runway arresting systems (arresting net and cable) including concrete works and steel anchors. Runway lighting works. Runway and taxiway markings. 6. KEY REQUIREMENTS: A. Only firms that are United States firms (either prime or Joint Venture) are eligible for award. B. Foreign Military Sales: The majority of work will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States construction firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in the anticipated solicitation must be U.S. firms. Any joint-venture shall require each joint-venture participant to be a U.S. firm. 7. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 8. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the US Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 10. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation):� Capability Statements should include: � Firm's Name, address(es), English speaking point of contact, phone number and e-mail address � Firm's interest in proposing on the solicitations when they are issued � Firm's Cage Code and UEI number � Firm's capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Offerors shall provide at least three (3) examples and include: - Firm's capability to execute comparable work performed within the past 5 years - Brief description of the project - Customer name - Timeliness of performance - Customer satisfaction - Dollar value of the project � Include Cage Code or System for Award Management (SAM) information/registration, if available � Firm's Joint Venture information or Teaming Arrangements: Include Cage Code or System for Award Management (SAM) information/registration, if available. 11. �RESPONSES DUE: All interested contractors should submit responses via email by 1500 hours Central European Summer Time (CEST) on 11 April 2023. Submit responses and information to John.j.Dubois@usace.army.mil and Robert.e.corkrum@usace.army.mil No hard copies will be accepted. 12. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist John Dubois at John.j.dubois@usace.army.mil and Contracting Officer Rob Corkrum at Robert.e.corkrum@usace.army.mil. *****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT ******
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e081ec7406344a1904247e8d55e71da/view)
- Place of Performance
- Address: ISR
- Country: ISR
- Country: ISR
- Record
- SN06632827-F 20230330/230328230113 (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 |