Construct Deployable Airbase Systems - Facilities, Equipment, and Vehicles (DABS/FEV) Storage Complex at Sanem, Luxembourg

expired opportunity(Expired)
From: Federal Government(Federal)
W912GB23R0009

Basic Details

started - 27 Jan, 2023 (15 months ago)

Start Date

27 Jan, 2023 (15 months ago)
due - 23 Apr, 2023 (12 months ago)

Due Date

23 Apr, 2023 (12 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
W912GB23R0009

Identifier

W912GB23R0009
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1. ANTICIPATED PROJECT TITLE: Construct Deployable Airbase Systems - Facilities, Equipment, and Vehicles (DABS/FEV) Storage Complex at Sanem, Luxembourg 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 Commercial and Institutional Building Construction 4. PLACE OF PERFORMANCE: Sanem, Luxembourg 5. SOLICITATION NUMBER: W912GB23R0009 6. TYPE OF CONTRACT: The USACE NAU anticipates soliciting and awarding a Firm-Fixed-Price (FFP) stand-alone Design-Bid-Build (DBB) construction contract. This acquisition is for the construction of the facilities in support of DABS-FEV, Sanem, Luxembourg. The construction completion period is anticipated to be 1015 calendar days after the Contractor receives the Notice to Proceed for the basic work. 7. TYPE OF SET-ASIDE: This acquisition will be issued on an unrestricted, full and open basis. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 8. DESCRIPTION OF
WORK: The general scope of work includes construction of the Deployable Airbase Systems-Facilities, Equipment, and Vehicle (DABS-FEV) storage complex. Facilities include: three single-story warehouses varying in size to accommodate the DABS/FEV storage mission and supporting facilities. The warehouses to be constructed are intended to store equipment that includes vehicles used for construction and maintenance, including rolling stock and construction vehicles such as loaders, excavators, trucks, and trailers, shipping containers, equipment pallets, and refueling tanker trucks. The construction will includehumidity-controlled warehouses, general purpose warehouses, and a refueling vehicle maintenance shop. In addition, the facilities will include the following: fire alarm system, heat and smoke detection systems, dooropen monitoring system, electrical load shedding system, lightning protection, and overvoltage protection for power and telecommunications systems. Supporting facilities to be constructed include utilities, pavements, site improvements, environmental mitigation, and information systems. 9. SELECTION PROCESS: The Government intends to select a contractor for award using a best value trade-off source selection process. This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest priced proposal or other than the highest technically rated proposal to achieve a best-value contract award. 10. DISCLOSURE OF MAGNITUDE: The estimated magnitude of construction is between $50,000,000 and $100,000,000. 11. SOLICITATION WEBSITE: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this, or any U.S. Government contract. Solicitation documents, plans and specifications will only be available via Sam.gov (https://sam.gov/) website. The solicitation will be available only as a direct download. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 12. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 13 February 2023. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 13. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror(s) by the Government. 14. POINTS-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Lorraine Laurente, at lorraine.q.laurente@usace.army.mil and Contracting Officer, Ryan Shoemaker, at ryan.s.shoemaker@usace.army.mil.

APO, AE, 09096, USALocation

Place Of Performance : APO, AE, 09096, USA

Country : United States

Classification

NAICS CodeCode 236220
Classification CodeCode Y1GZ