The RFP Database
New business relationships start here

Hardened Aircraft Shelters-Israel



Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
Sources Sought Announcement for
Design Build / Design Bid Build Construction for Hardened Aircraft Shelters in Israel
for USACE Europe District
W912GB18X0003


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. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding one Construction contract 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.


5. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US firms capable of executing an FMS construction project in Israel. The project involves a Classified Design-Bid-Build, new construction of Hardened Aircraft Shelters and Support Facilities at a base in Israel. The potential acquisition includes:
• Shelter Buildings - approx. area: 4,000 m2.
• Auxiliary Facilities - approx. area: 2,150 m2
• Waste Buildings - approx. area: 50 m2.
• Administration Buildings - Approx. area: 450 m2.
• Utilities Tunnel - approx. area: 1900 m2.
• General Storage Buildings - approx. area: 5600 m2.


The majority of the construction is concrete walls, floors and ceilings. Most of the walls are to be fair face exposed concrete. There are also steel skeletons with steel panels cladding for covering the storage areas. In the administrative offices the inner walls will be covered in gypsum panels with insulation. The finishing work shall also include architectural work such as: flooring, doors, painting, etc. Each building will have a waterproofing system.


Mechanical work including, but not limit to:
• Shelter Gates: The shelter gates are a set composed of two sliding gates on each side of each shelter.
• Custom-designed doors
• Crane: Required only in one shelter


HVAC work including, but not limit to supply and construction of entire heating, ventilation and air-conditioning system.


Installation of underground pit, in each shelter building, including underground air condition insulation pipe from the pit to the outside of the building. The underground pit is a shared pit containing the electrical system and compressed air.


Water, sewage and compress air systems works including, but not limit the supply and installation of: Water system, Hot water systems, Oil waste system, Sewage system, sanitary fixtures, Storm Drainage system and Compressed air system.


Fuel and cathodic protection systems works.

Electrical and BMS systems works including, but not limit to the supply and installation of:
• Connections to the main feeding from the base MV network.
• Uninterrupted Power Source (UPS) System
• Transformer room with Two 6.3/0.4 KV - 1000KVA transformers.
• Buildings electrical system according to each building requirement.
• Lightning Protection
• Taxiway lighting
• Outdoor Lighting
• Outdoor Infrastructure
• Very low voltage systems (fire detection systems etc.)
• Electrical gates
• Building Management System (BMS) including a Human Machine Interface (HMI) system.
The project also includes site-development (sidewalks and water culverts), parking spaces and roads and junctions.
• Estimated Scope area is about 252,000 square meters.
• Estimated length of taxiways is about 1,500 meters.
• Estimated length of service roads is about 3,300meters.


Construction measures in accordance with the Host Nation Technical Requirements (HNTRs), the Standards Institution of Israel, USACE Specifications, project specifications and drawings will be provided through the Solicitation process.
According to DFAR 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is more than $10,000,000. The North American Industrial Classification System Code (NAICS) is 236220.


6. 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.
3. Facility Clearance (FCL) Requirement: In order to receive plans and specifications or to participate in a site visit, offerors must possess an FCL clearance. Interested parties already possessing the necessary FCL, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M, must submit their appropriate Commercial and Government Entity (CAGE) code, facility clearance and safeguarding level with the required pre-qualification documentation.


7. 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.


8. 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.


9. 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.


10. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 7 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:
• Firm's name, address, English speaking point of contact, phone number, e-mail address, and CAGE Code and DUNS number
• Firm's interest in proposing on the solicitation when issued
• Firm's capability and capacity to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Provide examples of projects previously performed with the last 10 years.
• Firm's Joint Venture information or Teaming Arrangements
• Appropriate Commercial and Government Entity (CAGE) code, facility clearance and safeguarding level


11. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the solicitations in March 2018 and award of the contract(s) in August 2018.


12. RESPONSES DUE: All interested contractors should submit responses via email by 1000 Eastern Time (1600 hours Central European Time) on 20 December 2017. Submit responses and information to susan.k.dunnagan@usace.army.mil and erica.j.taylor@usace.aramy.mil. No hard copies will be accepted.


13. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Susan Dunnagan at susan.k.dunnagan@usace.army.mil and Contracting Officer Erica Taylor at erica.j.taylor@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 THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT ******


Susan K. Dunnagan, Phone 345702078, Email susan.k.dunnagan@usace.army.mil - Erica J Taylor, Contracting Officer, Email Erica.J.Taylor@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP