Search Contract Opportunities

Repair to Beirut Naval Base   3

ID: W912ER24R0005 • Type: Presolicitation

Description

Posted: March 26, 2024, 7:00 a.m. EDT

The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) has a requirement from the Lebanese Armed Forces (LAF) for construction to repair the Beirut Naval Base. Geographically, the project site is 1km from the Port of Beirut. The work contemplated under this contract includes construction, predominantly utilizing a design-bid-build (D-B-B).

The Government will be awarding a single firm fixed price (FFP) construction contract, Design-Bid-Build (D-B-B), utilizing the Best Value Trade Off (BVTO) source selection proposal evaluation method. This foreign military financing (FMF) project.

The project scope includes but is not limited to demolition, construction of two (2) dry hotel stations, two (2) wet hotel stations, seawater fire protection pumping station, electrical distribution facility including the related compact substation and generators, bilge water oil/water separator, two (2) sanitary lift stations, and water storage tank with associated potable water and fire protection pressure booster station. Site work includes grading, pavements and surface treatments as shown. Utilities include seawater fire protection, potable water, sanitary sewer, bilge water, stormwater drainage, electric (medium and low voltage), site lighting, and communications. Existing utilities, in some locations will be rerouted to support the proposed utility network and maintain facility service connections.

The project will be constructed in accordance with applicable current building codes, safety, and security standards, including Lebanon and U.S. codes and standards.

The contractor shall provide all management, administration, quality control, labor, transportation, equipment, materials, vehicles, heavy equipment, supplies and other items as necessary to perform the services contained in the scope of work.

The overall Period of Performance (PoP) shall be seven hundred forty-three (743) calendar days from Notice to Proceed (NTP) for the entire scope of work including three (3) Optional Contract Line-Item Numbers (CLINs).

The magnitude of the project is between $10 Million and $25 Million.

In accordance with Section 42(c) of the Arms Export Control Act, as amended (22 USC 2791(c)), the Foreign Military Financing funds made available for this procurement may not be used to award to other than a United States firm, unless an Offshore Procurement (OSP) determination is made by the Director, Defense Security Cooperation Agency. No OSP determination has been obtained for this procurement. Offers from other than United States firms are ineligible for award. The Government reserves the right, however, to seek an OSP determination at any stage in the procurement, if doing so is in the Government's best interests.

Award will be made to the offeror who represents the best overall value to the Government and has been determined to be responsible in accordance with FAR Subpart 9.1. The Best Value Tradeoff (BVTO) process (see FAR 15.101-1) will be used to determine which proposal provides the greatest overall benefit to the Government, in response to the requirements.

PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued via the solicitation module in PIEE.

RESPONSE PERIOD: This is a pre-solicitation notice and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. A response to this notice is not required. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Questions can be sent to Christopher Hunt at e-mail: Christopher.Hunt@usace.army.mil and Anita Ludovici at e-mail: Anita.M.Ludovici@usace.army.mil.

The estimated date for release of the RFP will be on or about 27 MAR 2024.

52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995)

(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed.

(b) An organized site visit has been scheduled for--

The week of April 15th.

(c) Prospective bidders must send the following information for each visitor attending the site visit to the U.S. Army

Corps of Engineers (USACE) at the email addresses listed below no later than Wednesday, 03 April 2024, at 1600

hours (4:00 PM) Eastern Daylight Time (EDT) in order to pre-arrange access.

1. Company Name

2. Names of individuals planning to attend the site visit

3. Contact information including email and cell phone number

4. Copies of passports and visas for non-Lebanese residents or valid Civil ID for Lebanese residents

5. Vehicle registration and valid driver's license (for vehicular access within Beirut Naval Base)

The above information should be e-mailed to ALL EMAIL ADDRESSES listed below:

Kenneth Logan: Kenneth.S.Logan@usace.army.mil

Stason Sellers: Stason.Sellers@usace.army.mil

(d) Contractors are requested to limit the number of personnel to two (2) company representatives for the site visit.

However, USACE reserves the right to limit the number of personnel to one (1) company representative should

circumstances require, and will inform all companies at least 24 hours in advance of the meeting should this become

necessary.

Please note that failure to send company representative information by Wednesday, 03 April 2024, at 1600 hours (4:00 PM) Eastern Daylight Time (EDT) will prevent your company from being added to the visitors list.

Attendees will be escorted to the project site but should allow time for security screening at the entrance of the base.

Transportation will not be provided from the gate to the project location, so attendees will need to arrange on-base

transportation. Photography while on base will not be permitted.

All company representatives will be required to stay in one group at all times and be escorted by the USACE

representative at all times. At no time will company representatives be allowed to leave the site visit group or walk

anywhere on base without a USACE representative.

(End of provision)

Posted: March 22, 2024, 1:03 p.m. EDT

Overview

Response Deadline
April 2, 2024, 10:00 a.m. EDT Past Due
Posted
March 22, 2024, 1:03 p.m. EDT (updated: March 26, 2024, 7:00 a.m. EDT)
Set Aside
None
Place of Performance
Beirut Lebanon
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
73%
On 3/22/24 USACE Middle East District issued Presolicitation W912ER24R0005 for Repair to Beirut Naval Base due 4/2/24. The opportunity was issued full & open with NAICS 237990 and PSC Y1JZ.
Primary Contact
Name
Christopher Hunt   Profile
Phone
(540) 667-3185

Secondary Contact

Name
Anita M. Ludovici   Profile
Phone
(540) 542-1587

Documents

Posted documents for Presolicitation W912ER24R0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912ER24R0005

Contract Awards

Prime contracts awarded through Presolicitation W912ER24R0005

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912ER24R0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912ER24R0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > OTHER DIVISION > W31R ENDIS MIDDLE EAST
FPDS Organization Code
2100-W912ER
Source Organization Code
100221320
Last Updated
April 17, 2024
Last Updated By
christopher.hunt@usace.army.mil
Archive Date
April 17, 2024