SOURCES SOUGHT
56 -- Project Site 13664 Ammunition Storage Facilities - Sources Sought Respons Form
- Notice Date
- 8/17/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-18-R-0037
- Point of Contact
- Latia Wickliffe, Phone: 49061197442739, Glenn E. Adams, Phone: 3145702723
- E-Mail Address
-
latia.k.wickliffe@usace.army.mil, glenn.adams@usace.army.mil
(latia.k.wickliffe@usace.army.mil, glenn.adams@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought fillable response form. ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** W912GB-18-R-0037 Sources Sought Announcement for a Design Build Construction Contract in Israel for USACE Europe District FOREIGN MILITARY SALES (FMS) PROGRAM ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Israel 4. ANTICIPATED PROJECT TITLE: Project Site 13664 Ammunition Storage Facilities - Israel 5. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding a Design-Build Construction contract to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR 36.3 Two Phase Design Build Selection. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. The purpose of this Sources Sought Notice is to identify qualified firms that are interested in and capable of performing the required work in Israel, as described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of an RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Sources Sought Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and responses to this Notice will not be returned. In accordance with FAR 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. Foreign Military Sales: The majority of work will be administered under 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. 6. Estimated Value of the Contract: According to DFAR 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is between $10,000,000 and $25,000,000. 7. Project Requirements USACE - Europe District is seeking interested US firms capable of executing an FMS construction project in Israel. The project involves Design-Build of new Ammunition Storage Facilities at an Air Force Base in Southern Israel. The potential acquisition includes: • Full design of the project; • Demolition of existing storage facilities; • Civil works including, but not limited to, site development, roads, steel structures, compaction of subgrades, and concrete works; • Mechanical works including, but not limited to, gates, grills and HVAC; • Electrical works, including but not limited to, electrical infrastructure in all facilities and road lighting; • Water Supply and drainage; • Roads and site development; • Access and exit roads (approximately 5 km) for storage facilities in order to produce traffic in a circular motion, connection to existing roads and treatment of slopes / water drainage; • Site development around the facilities and • The excess earth from the worksite shall be utilized optimally. The new facilities: • Three (3) large storage facilities - approximately 1,400 m2 (height shall be at least 5.5m and up to 8.5m) • One (1) medium facility - approximately 800 m2 (the height of the facility shall be at least 5.5 m and up to 8.5 m) • Two (2) Small storage facilities - approximately 200 m2 the height of the facility shall be at least 4.5 m and up to 5.5 m. • One (1) Equipment Integration Plant • One (1) Laboratories complex Bid Bonds and 100% Performance and Payments bonds are required. Key Requirements: 1. Interested Contractors must be United States Prime Contractors and have experience with construction of shelters and support facilities and the other requirements addressed above. 2. Primary disciplines: • Structural/Architectural: Large-scale operation and maintenance facility requiring substantial amount of steel and concrete works. • Civil: Project site requires a high volume of earth cut work and significant road and taxiway works to include gravel and providing suitable off-site fill materials. • Mechanical/Electrical: Large-scale operation and maintenance facility containing a fuel systems, administrative and technical support buildings, and taxiway lighting. 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 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. 9. SUBMISSIONS: Respondents interested in providing a response to this Sources Sought Notice should limit their response to seven 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 7-page limitation): Capability Statements should include: • Completed the W912GB-18-R-0037 Sources Sought Form (attached), to include company name, address, point of contact, phone number, e-mail address, and a valid CAGE and DUNS number; • Firm's Joint Venture information or Teaming Arrangements; Include a valid Cage Code or System for Award Management (SAM) information/registration; • Interested parties capability to meet the project requirements; • Interested parties capability to perform a contract of this complexity and dollar value; • Interested parties are requested to submit NO MORE THAN three (3) projects of similar scope and complexity performed within the last five (5) years; Include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project; • Interested parties experience working in Israel; • Interested parties Joint Venture information if applicable - existing and potential; • Interested parties bonding capability for the project (Construction bonding level per contract and aggregate construction bonding level, both expressed in U.S. dollars); • Interested parties are required to have a valid DUNS, CAGE Code, and SAM Registration demonstrating NAICS code 236220 at the time of the solicitation. • Interested parties whose response to the information above indicates an adequate capability and understanding of the requirements will obtain the solicitation and any subsequent amendments through the AMRDEC SAFE website at https://safe.amrdec.army.mil/safe/. Interested parties are encouraged to visit this web site and become familiar with its contents and functionality prior to the solicitation issue date. 10. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the solicitations in October 2018 and award of the contract(s) in December 2018. It is projected that the Pre-Solicitation will be issued in September 2018. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided; however, solicitation documents may be printed by the offerors and handled in accordance with the applicable document security regulations and subsequently destroyed by all offerors, other than the successful offeror, after award. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. 11. RESPONSES DUE: All interested contractors should submit responses via email by 15:00 hours Central European Time on 31 August 2018. Submit responses and information to Contracting Officer Glenn Adams glenn.adams@usace.army.mil and Contract Specialist LaTia Wickliffe latia wickliffe@usace.army.mil. No hard copies will be accepted. 11. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer Glenn Adams at glenn.adams@usace.army.mil and Contract Specialist LaTia Wickliffe at latia.k.wickliffe@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.******
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-18-R-0037/listing.html)
- Record
- SN05044569-W 20180819/180817231507-74fa37eafde9aa1779bb25603c566bc5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |