Search Contract Opportunities

Modular Construction - Mogadishu, Somalia   3

ID: 19AQMM23N0022 • Type: Sources Sought

Description

Posted: March 14, 2023, 5:02 p.m. EDT

It has come to the goverment's attention that one or more contractors may have mis-read this posting and mistakenly believe the intent of this notice was not to conduct market research to determine US Small Business interest in performing this requirement, but to give contractor's and opportunity to critique the draft SOW that was originally published with this notice and demand changes. As a result of this misunderstanding by one or more contractors, the SOW has been deleted.

This is a Sources sought/Request for Information notice for information only. This sources sought is for the purpose of conducting market research to provide data for planning purposes to determine the capability and interest of US Small Business in meeting the requirement outlined in this notice. This sources sought synopsis announcement does not constitute a formal solicitation, and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.

This project includes the following general tasks: demolition, construction, and outfitting/equipment procurement. The total size of the available plot is 150 meters by 80 meters. The coordinates for the plot will be provided separately.

  • Demolition of six (6) existing small, one-story tin shanties and excavation of site.
  • Construction of two entrances/exits consisting, at a minimum, of boom gates and sliding gates to secure entrances and exits. Two additional swing gates should further separate work and living areas of the compound from a parking area. Three pedestrian gates should be constructed to allow cleared visitors to access the compound on foot.
  • Construction of parking for marked spaces for at least 30 vehicles located near the entrance and exit gates.
  • Construction of at least three reinforced concrete duck and cover shelters constructed in strategic locations to protect up to 275 personnel in case of indirect fire or other threat.
  • Construction of firing range with dimensions 50m x 20m in one corner of the lot should be set aside for use as a firing range. The range must be built as a No Danger Area (NDA) range and meet UK design and safety standards which guarantee bullets cannot leave the area through authorized or normal use.
  • Construction of watch towers: four 5mx5m fortified watch towers, one at each corner of the compound.
  • Construction of the prefabricated buildings and/or structures. Each container should rest on a concrete slab. Each occupied office container must be equipped with overhead protection outlined in attachment 2. Note: unit sizes were estimated and are noted below. However, the vendor is requested to reevaluate size requirements and propose recommended adjustments when submitting its proposal to ensure the various requirements can be met on the available plot of land. Prefabricated buildings can be built together, on top of each other, or one flat pack may be used to serve multiple functions (i.e. one container for male and female bathrooms so long as they are partitioned appropriately). If prefabricated buildings are multi-story, Hesco fencing must also be stacked high enough to match the height of the building.
  • Transportation and installation of 3 40' x 8' existing Modular structures from Halane Base to the new location.

ORDER OF MAGNITUDE: $5,000,000.00 - $10,000,000.00 IAW FAR 36.204(g)

Anticipated Period of Performance: The Period of Performance for this requirement is:

Actual Construction: 18 months from the issuance of the Notice to Proceed (NTP)

Place of Performance:

Construction Services will be performed in Mogadishu, Somalia.

RESPONSES DUE

For the purposes of this acquisition, the applicable NAICS code is 236220. Responses are requested no later than 24 March 2023 at 12:00 PM EST. Direct expression of interest as well as required documentation should be submitted in writing, via email, to Coy Brown at browncl1@state.gov and Larry Pruitt, Jr. at pruittla@state.gov. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.

RESPONSE SUBMISSION INFORMATION

All potential sources with the capability to provide the requirements referenced in this sources sought are invited to submit, in writing, sufficient information within the page limitations listed below. This information should demonstrate the respondent's ability to fulfill the technical, delivery, and support requirements and be responsive to the technical questions in this RFI as indicated below. We will not answer technical questions or provide additional technical information at this time via this sources sought notice. Please understand that the rough order of magnitude is for the purposes of market research and your firm will in no way be committed to any estimate you provide under this notice.

Responses to this RFI shall include the following:

  1. A cover sheet which includes:
  • Company Name
  • Address
  • Point of Contact
  • E-mail Address
  • Phone Number
  • UEI Number
  • Primary Business and Market Areas
  • Business Size and Socioeconomic Status (if applicable)
  1. Relevant Construction Project Experience (two (2) page limit):
  • The potential offerors need to demonstrate that they possess, within the last five years, construction experience similar to that described in this specified source sought category. Offerors must verify experience commensurate with all phases of building construction.
  • Experience described above needs to include the offeror's role, primary contractor or sub-contractor. Each project experience needs to include the contract number, the US Agency or other entity that awarded the contract and contract monetary value.
  • In accordance with DOSAR 652.242-73(a) potential offerors need to possess Somalia permits and licenses to operate legally in the country. Copies of the licenses must be submitted in response to the sources sought to provide evidence of this authorization and are excluded from the two (2) page limit. In cases where licenses and/or permits are not in the name of the respondent, provide details about the percentage of ownership/control the respondent has of the entity with licenses/permits.
  • The potential offerors need to document experience in coordinating with host nation government(s) to mitigate and solve potential issues;
  1. Capabilities of Successfully Completing constructions:
  • Ability to provide all required design and engineering services, manpower, and materials to construct new buildings or to renovate existing ones;
  • Ability to provide and deliver required materials and equipment to projects located in Somalia;
  • Capabilities to import all required material and equipment through either sea or air transportation to Somalia;
  • Ability that, should a solicitation be issued in the future for this requirement, offerors should declare if the offeror is applying as a primary contractor, a joint venture or partnership or other as applicable to their submission.
  • To the extent that teaming agreements, as discussed in FAR Part 9.601 are expected to be utilized, what percentage of work will be tasked to each team member and why each team member is necessary.
Posted: March 10, 2023, 4:38 p.m. EST

Overview

Response Deadline
March 24, 2023, 12:00 p.m. EDT Past Due
Posted
March 10, 2023, 4:38 p.m. EST (updated: March 14, 2023, 5:02 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Somalia
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
18%
Signs of Shaping
94% of obligations for similar contracts within the DOS Office of Acquisition Management were awarded full & open.
On 3/10/23 DOS Office of Acquisition Management issued Sources Sought 19AQMM23N0022 for Modular Construction - Mogadishu, Somalia due 3/24/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 236220 (SBA Size Standard $45 Million) and PSC Y1AZ.
Primary Contact
Name
IP Contracting Team   Profile
Phone
(843) 308-4232

Secondary Contact

Name
Coy Brown   Profile
Phone
None

Documents

Posted documents for Sources Sought 19AQMM23N0022

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought 19AQMM23N0022

Incumbent or Similar Awards

Contracts Similar to Sources Sought 19AQMM23N0022

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 19AQMM23N0022

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 19AQMM23N0022

Additional Details

Source Agency Hierarchy
STATE, DEPARTMENT OF > STATE, DEPARTMENT OF > ACQUISITIONS - AQM MOMENTUM
FPDS Organization Code
1900-AQMMA
Source Organization Code
500026360
Last Updated
April 8, 2023
Last Updated By
pruittla@state.gov
Archive Date
April 9, 2023