SOURCES SOUGHT
Y -- CMU Building
- Notice Date
- 3/7/2024 9:01:46 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER24R0014
- Response Due
- 3/27/2024 7:00:00 AM
- Archive Date
- 03/28/2024
- Point of Contact
- Hannah Smith, Phone: 5406655057, Jeremy J. Kinney
- E-Mail Address
-
hannah.l.smith@usace.army.mil, Jeremy.j.kinney@usace.army.mil
(hannah.l.smith@usace.army.mil, Jeremy.j.kinney@usace.army.mil)
- Description
- United States Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) has a requirement at the Aquora National Training & Operational Center (ANTOC) in Lebanon. This requirement will be in the form of a Design-Bid-Build (DBB), Firm Fixed Price (FFP) contract. This requirement is for the construction of a Concrete Masonary Unit (CMU) structure. The CMU structure dimensions are 11,600mm x 15, 750mm ( 38' x 52').� The scope of work is attached for further clarification. The estimated Magnitude of Construction for this project is between $500,000.00 and $1,000,000.00 United States (US) Dollars, with an anticipated period of performance (POP) of four hundred (400) calendar days. The NAICS code for this project will be 236220 - Commercial and Institutional Building Construction. The Classification code for this project will be Y1JZ - Construction of Miscellaneous Buildings. The solicitation will be a request for proposal (RFP). The Government will use full and open competition procedures, with Lowest Price Technically Acceptable (LPTA) source selection process to evaluate proposals. Evaluation criteria will be stated in the RFP when issued. The Government reserves the right to cancel this requirement either before or after the submittal date listed. Therefore, there is no legal liability on the part of the Government, to include liability for any costs asscociated with the Contractor's preparation of a Capabilities Statement. Qualification Criteria: In order to be found eligible for award for this requirement, the offeror must meet the following criteria: 1. The Offeror Shall�be registered and approved in the System for Award Management (SAM at https://www.sam.gov. SAM is the official website required in order to do business with the U.S. Government. 2. The Offeror Shall�have the means to obtain finacial surety for this project through US Treasury bonds, Irrevocable Letter of Credit (ILCs), or other means. The respondent must�outline their plan for obtaining finacial surety as part of the required submttals. 3. The location for this requirement is in the country of Lebanon. The offeror must�demostrate a working understanding of the necessary access requirements for the Lebanese Armed Forces (LAF) facilities. As security requirements are subject to change, it will be the Contractor's responsibility to meet current security requirments necessary to both obtain and maintain access to LAF military facilities. 4. The potential offeror shall�possess the capablity to pass all mandatory physical and logistical admittance requirements to be granted entrance to the country of Lebanon. 5. Base life support on the construction site will not be available. The Contractor shall�have the responsiblity for all life support items (food, lodging, and transportation to the worksite) ofr their workforce. The offeror shall�have the portability options with minimal operation disruption, secure habitability and phyical security. 6. The location for the construction site is remote, in a mountainous geographical location at high altitude which is snow covered in the winter months (November thru March). The site can be accessed by (Kesrouane / Taraya) road. The road is not a complete paved road and it is hazardous in sections. Therefore, the offeror must�have the means, or means to arrange for unconventional transportation to the project location.� 7. 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 desinated destination within the Period of Performance. Capabilities Statement Instructions:�All Capability statements submitted in response to this Sources Sought Notice must meet the following requirements: 1. Capability statement must be no more than five (5) pages in length. 2. The offeror must provide confirmation that the contractor meets all the required qualification criteria listed above. 3. Per the qualifications criteria listed above, the contractor must provide what type of financial surity they are capable of obtaining and the process for doing so. 4. The offeror must provide one (1) project example, along with associated photopgraphs (if applicalbe), that best illustrates the proposed contractor's qualification to execute this requirement. 5. Concrete batch plants the offeror has knowledge of, and a narrative of the logisitics of moving concrete mix from the batch plant to the construction site. 6. Any additional information the offeror feels is relevant to this requriement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cd72129e9bd74a6699d433039fd0c399/view)
- Place of Performance
- Address: LBN
- Country: LBN
- Country: LBN
- Record
- SN06990101-F 20240309/240307230049 (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 |