The RFP Database
New business relationships start here

Construction of Fleet Maintenance Facility & Tactical Operations Center in Bahrain


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

UPDATE:  This project has been deferred.  The funding for this project will be allocated to the Department of the Army for emergency border construction under 10 U.S.C. Section 2808.  Therefore, the solicitation for this project is delayed pending further direction.  This pre-solicitation notice is thereby extended and replies in accordance with this notice may be submitted through October 31, 2019.  Solicitation release in accordance with this notice is anticipated to occur approximately the last week of November 2019 but is subject to further revision.  If you have already responded to this pre-solicitation notice and received a reply from the Government, you do not need to submit another response. 


SYNOPSIS: This is a Presolicitation Notice for the following project.  Responses to this Presolicitation Notice are required as noted under PROPOSAL PROCEDURES below.
 

PROJECT SCOPE: The U.S. Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) intends to issue a Request for Proposal (RFP) for a single Firm Fixed-Price contract for the Design-Bid-Build (DBB) construction of a Fleet Maintenance Facility (FMF) and Tactical Operations Center (TOC) at Shaikh Isa Air Base in the Kingdom of Bahrain for the following construction work:

D-B-B construction of a two story, pre-engineered metal building (PEMB) FMF which will include repair areas, personnel support areas, a secure space, and storage space. The requirement also consists of the construction of a single-story PEMB TOC, including administrative, secure space, and operational areas. The TOC will also consolidate requirements currently housed in multiple relocatable facilities as well as contain operational support to the P-8A aircraft. Finally, this project alters Building #5070 (133.78 M2). Alterations will involve minor repair to no more than 30% of the existing gypsum board walls/ceilings and painting of all the existing gypsum board wall/ceiling surfaces. This requirement is assigned a North American Industry Classification System (NAICS) code of 236220.


The magnitude of this project is between $10,000,000 and $25,000,000.


PROPOSAL PERIOD: The tentative date for issuance of RFP W912ER19R0011 is the last week of November 2019. The tentative date for receipt of proposals is January 2020.   These dates are tentative and are subject to change.


PROPOSAL PROCEDURES: This will be an electronically issued solicitation. Interested firms MUST possess a Department of Defense (DoD) Facility Clearance Level (FCL) of TOP SECRET, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. If the interested firm is a Joint Venture (JV), all members of the JV and the JV itself must possess a TOP SECRET FCL at the date and time of solicitation release. Any interested firm MUST provide a letter in response to this pre-solicitation notice identifying its name, physical address, email address, and Commercial and Government Entity (CAGE) Code. A copy of the firm's FCL must also be provided. The FCL will be validated by USACE Security. The procurement will require any interested firm to sign and return the attached Controlled Unclassified Non-Disclosure Agreement (NDA). The Government will accept the letter, FCL, and NDA at andrea.l.greene@usace.army.mil and michael.j.wilson@usace.army.mil. Upon the RFP release date and Government verification of a firm's CAGE code and FCL, specifications/drawings and other related project documents will be released to eligible offerors by secure document transfer method, such as AMRDEC which can be located here: https://safe.amrdec.army.mil/safe/Welcome.aspx. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Amendments, if/when issued, will be issued only to those offerors who were determined eligible to receive the original solicitation as described above. Any contract specifications, drawings or project material marked "UNCLASSIFIED//FOR OFFICIAL USE ONLY or "U//FOUO"" MUST be controlled and disseminated via established handling protocols located within the DoDM 5200.1 V4.


Contract award will be based upon a Best Value Tradeoff method in accordance with Federal Acquisition Regulation (FAR) 15.101-1. The evaluation criteria will be conveyed within the RFP.


The proposal due date and time will be conveyed within the RFP and must be strictly adhered to.


ADDITIONAL REQUIREMENTS:


Security Requirements: The Prime Contractor firm shall be responsible for detailing, implementing, and maintaining a construction security program complying with the requirements contained in the Intelligence Community Directive/Intelligence Community Standard (ICD/ICS) 705 for overseas secure facility construction for the duration of the contract in compliance with the Construction Security Plan, contained within the solicitation and the Unified Facilities Criteria (UFC) 4-010-05 for Sensitive Compartmented Information Facilities Planning, Design, and Construction . The construction security program shall include all aspects of physical, personnel, technical, and procedural security as required to comply with ICD/ICS 705 for the final accreditation of the secure facility. At a minimum, the construction security program shall include, but not be limited to the following:


Personnel Nationality and Clearance Requirements for Construction: Prime Contractor Firm shall be a company possessing a U.S. TOP SECRET FCL. Clearance Level requirements for personnel will be detailed in the Construction Security Plan. With Government approval, SECRET cleared and vetted local national and/or third country national labor may be allowed to perform general construction work such as concrete construction, and general mechanical, plumbing, electrical, and communications infrastructure under surveillance by Top Secret Cleared Security Technicians (CST). CSTs will be provided under separate contract.


Access Control Requirements: The Prime contractor shall maintain a secure construction site perimeter. A site wide badging system meeting ICD/ICS 705 requirements for overseas secure facility construction shall be implemented by the Prime contractor to control site access for all construction personnel, deliveries and visitors. Signage shall be displayed prohibiting items that cannot enter the construction area. Barriers shall be erected to deny unauthorized access to the construction area.


Control of Material: Material to be used for this project shall be procured securely as required by the ICD/ICS 705 for overseas secure facility construction. Non-inspectable materials to be used for this project shall be shipped securely to the construction site. Inspectable materials to be used for this project shall be inspected prior to use. All aspects of secure procurement, transit, inspection, and storage of materials for this project shall be the responsibility of the Prime contractor.


Upon completion this project will be a turn-key secure facility which shall include all aspects of physical, personnel, technical, and procedural security as required for secure projects to fully comply with ICD/ICS 705 specifications and ensure successful accreditation of the secure facility. The work shall include the full range of construction security plan execution, program management, administrative procedures, construction surveillance operations, including demobilization and closeout. This requirement also includes subject matter expertise on construction surveillance, technical surveillance, Temporary Electronic Security System (TESS) design, installation and operation. The geographic scope of this procurement is within the country of Bahrain. Specific requirements and deliverables will be defined within the solicitation. The exact duration will be stipulated in the solicitation.


A bid guarantee is required for this solicitation.


SAM registration, as required by FAR 4.1102 and 4.1201, will apply to this procurement. Information on SAM registration can be obtained via the Internet at https://www.sam.gov/portal/public/SAM/ to include information on how to obtain a CAGE code and DUNS number. The successful offeror must have an active SAM registration and be licensed to conduct business in the Kingdom of Bahrain to be eligible for contract award.


Defense Base Act (DBA) insurance and performance and payment bonds will be required under the resultant contract.

Site visit information will be communicated in the RFP.


Responses to this presolicitation notice ARE required as noted under PROPOSAL PROCEDURES above.


Michael J. Wilson, Contract Specialist, Phone 5406652601, Email michael.j.wilson@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP