Repair to Beirut Naval Base

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159409835130824
Posted Date: Mar 22, 2024
Due Date: Apr 2, 2024
Solicitation No: W912ER24R0005
Source: Members Only
Follow
Repair to Beirut Naval Base
Active
Contract Opportunity
Notice ID
W912ER24R0005
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
OTHER DIVISION
Office
W31R ENDIS MIDDLE EAST
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 22, 2024 01:03 pm EDT
  • Original Response Date: Apr 02, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 17, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    LBN
Description

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.






Attachments/Links
Contact Information
Contracting Office Address
  • PO BOX 2250
  • WINCHESTER , VA 22604-1450
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 22, 2024 01:03 pm EDTPresolicitation (Original)

Related Document

Mar 26, 2024[Presolicitation (Updated)] Repair to Beirut Naval Base
Mar 28, 2024[Special Notice (Original)] DRAFT: Solicitation for Beirut Naval Base Rebuild
Apr 4, 2024[Solicitation (Original)] Solicitation for Beirut Naval Base Rebuild

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >