Prefabricated Concrete Elements - Israel

expired opportunity(Expired)
From: Federal Government(Federal)
W912GB24X0200

Basic Details

started - 15 Mar, 2024 (1 month ago)

Start Date

15 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (27 days ago)

Due Date

01 Apr, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
W912GB24X0200

Identifier

W912GB24X0200
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE ARMY (133115)USACE (38131)NAD (5841)W2SD FEST NAU1 EUROPE (407)
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.

****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****Sources Sought Announcement for Pre-Fabricated Concrete Elements in Israelfor USACE Europe DistrictW912GB24X0200ONLY FIRMS THAT ARE FROM THE UNITED STATES OR ARE A JOINT VENTURE OF ONLY US FIRMS ARE ELIGIBLE FOR AWARD.1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU)2. NAICS: Applicable NAICS are:238120- Structural Steel and Precast Concrete Contractors238110- Poured Concrete Foundation and Structure Contractors238290- Other Building Equipment Contractors3. PLACE OF PERFORMANCE: Israel4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding a target of three Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) contracts to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow
up information requests.Total Value of the Contract: The amount of work for the contracts will not exceed $50,000,000.00 in combined capacity which will be shared among the awardees. Work will be issued by firm-fixed-price task orders.Performance Period: The contracts will include a base ordering period of five (5) years, with no option periods.• The Task Order range is a minimum task order value of $25,000 to $10 million• The solicitation will include On-Ramp and Off-Ramp terms and conditions.Small and Small Disadvantaged Business requirements are waived for this project due to its OCONUS location (Israel).5. PROJECT DESCRIPTION: USACE - Europe District is seeking interested US firms, or a joint venture made up only of US firms capable of supplying prefabricated concrete elements based upon specific designs from a price book in Israel.The government will use the IDIQ to order prefabricated elements of the following type: security rooms, shelters, modular protected structures, military protected spaces, corridor elements, staircase elements, t-walls, and foundations.The contractor will fabricate the various elements off-site using the designs/specification in the book and transport them to a Government directed drop off point. The Government will do site prep and any hook ups.6. KEY REQUIREMENTS: A. Only firms that are United States firms (either prime or Joint Venture) are eligible for award.B. 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 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.7. 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.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 US Army 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. SUBMISSION REQUIREMENTS: Offerors response to this Sources Sought shall be limited to 5 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 5-page limitation): Capability Statements should include:• Firm's Name, address(es), English speaking point of contact, phone number and e-mail address• Firm's interest in proposing on the solicitations when they are issued• Firm's Cage Code and UEI number• Firm's capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Offerors shall provide at least three (3) examples and include:- Firm's capability to execute and supplying comparable prefabricated concrete element work and performed within the past 5 years- Brief description of the projects- Customer name- Timeliness of performance- Customer satisfaction- Dollar value of the project• Include Cage Code or System for Award Management (SAM) information/registration, if available• Firm's Joint Venture information or Teaming Arrangements: Include Cage Code or System for Award Management (SAM) information/registration, if available.10. RESPONSES DUE: All interested contractors should submit responses via email by 1100 hours Central European Time (CET) on 1 April 2024. Submit responses and information to Robert.e.corkrum@usace.army.mil No hard copies will be accepted.*****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 THE SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT ******

CONTRACTING DIVISION KO CMR 410  BOX 7  APO , AE 09096  USALocation

Place Of Performance : N/A

Country : Israel

Office Address : CONTRACTING DIVISION KO CMR 410 BOX 7 APO , AE 09096 USA

Country : United StatesState : MichiganCity : Dexter

Classification

naicsCode 238120Structural Steel and Precast Concrete Contractors