Construction of the Explosive and Ammo Loading/Unloading Apron at MK Air Base, Romania

expired opportunity(Expired)
From: Federal Government(Federal)
W912GB19R0028

Basic Details

started - 24 May, 2019 (about 4 years ago)

Start Date

24 May, 2019 (about 4 years ago)
due - 31 May, 2019 (about 4 years ago)

Due Date

31 May, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
W912GB19R0028

Identifier

W912GB19R0028
Department of the Army

Customer / Agency

DEPT OF DEFENSE (707398)DEPT OF THE ARMY (132898)USACE (38043)NAD (5831)W2SD FEST NAU1 EUROPE (407)

Attachments (30)

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.

Added:Feb 13, 2019 11:00 am Pre-Solicitation for W912GB19R0028Firm-Fixed-Price (FFP), Stand Alone (C-Type) for the construction of the Explosive and Ammo Loading/Unloading Apron at MK Air Base, RomaniaThis announcement constitutes a pre-solicitation announcement of a proposed contract action pursuant to FAR 5.204. This is not a solicitation. A formal solicitation will follow this announcement with full details, including a response deadline, statement of work, Instructions to Offerors, and the Evaluation Factors/Basis for Award.OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT.1. ANTICIPATED PROJECT TITLE: Explosive and Ammo Loading/Unloading Apron2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU)3. NAICS: 237310 - Highway, Street, Bridge, and Airport Runway Construction4. PLACE OF PERFORMANCE: MK Air Base, Romania5. SOLICITATION NUMBER: W912GB19R00286. TYPE OF CONTRACT: Firm-Fixed-Price (FFP),
Stand Alone (C-Type) contract7. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location Outside of the Contiguous United States (OCONUS).8. DESCRIPTION OF WORK: The work includes the construction of fixed wing parking aprons, a blast exhaust deflector, a cable vault, and aircraft loading apron, and associated taxiways. It is anticipated that a dedicated concrete batch plant will be needed. The complex consists of the following facilities and associated site work.• Fixed Wing Parking Apron (Including Taxiway F)• Fixed Wing Taxiway (Explosive Cargo Connection/ Taxiway H)• Blast Exhaust Deflector• Cable Vault (airfield lighting)• Explosive Cargo Apron• Fixed Wing Taxiway (Taxiway G)• Redundant Power• Information Systems (Communications Utilities)• Electric Service (including upgrades to existing civilian airport power transformer PT-13)• Water, Sewer, Gas• Paving, Walks, Curbs, and Gutters (Access Roads)• Site Improvements (including Earthwork, Stormwater/LID)• DemolitionFixed Wing Parking Apron (Including Taxiway F). Construction of a parking apron and Taxiway F. The apron must accommodate three (3) C-17 aircraft simultaneously and allow aircraft to taxi in and taxi out under their own power. Aircraft will access the parking apron from parallel Taxiway F. Aircraft will taxi out to parallel Taxiway F heading south and turn onto Taxiway G to gain access to the runway. Tie-downs in the parking apron must be provided to allow simultaneous mooring of two C-17 aircraft and simultaneous mooring of two CH-47 rotary wing aircraft and the maximum number of UH-60 aircraft as feasible. Location of moorings must assume fixed wing and rotary wing aircraft will be occupying the parking apron at different times.Fixed Wing Taxiway (Explosive Cargo Connection / Taxiway H). Construction of Taxiway H. Contractor must design and construct an access taxiway (Taxiway H) to the semicircular explosive load unload apron that accommodates parking for one C-17 aircraft. The new ladder taxiway connecting the existing runway to the new explosive cargo load/unload apron and Taxiway F must be known as Taxiway H.Blast Exhaust Deflector. Construction of a blast exhaust deflector. Jet blast deflection must be provided on the west edge of the parking apron to protect the adjacent railhead project. The D-B must provide appropriate cover treatment to eliminate the effects of jet blast erosion.Cable Vault (Airfield Lighting). Construction of a new vault to house electrical distribution equipment, panels, transformers, CCRs, and control equipment required for the work.Explosive Cargo Apron. Construction of an explosive cargo load unload apron that must accommodate a single C-17 aircraft and will allow the aircraft to taxi in and taxi out under its own power. Aircraft will access the apron from proposed ladder Taxiway H. Aircraft will taxi out from this apron eastward along Taxiway H to parallel Taxiway F, turn south onto Taxiway F and turn onto the proposed parking apron or head further south to Taxiway G. Mooring points will be provided to accommodate a single C-17, a single UH-60, and single CH-47 rotary wing aircraft using the apron at different times.Fixed Wing Taxiway (Taxiway G). Construction of a new taxiway located parallel to and south of Taxiway E connecting to Taxiway F must be known as Taxiway G.Redundant Power. construction of power sources connected to substation PT14, located north of the existing runway, has been identified as the Base Bid power source for the proposed airfield lighting and signage, which must be under the control of the civilian air traffic control tower.Information Systems (Communications Utilities). Construction of two non-secure communications conduits 125mm (4.92 inches) in diameter from the civilian airport connection point to the new Electrical Vault/Building with polypropylene pull strings.Electric Service (Including Upgrades to Existing Civilian Airport Power Transformer PT-13). Connection to existing electrical service at the site. This includes upgrades to the power transformer PT-13.Water, Sewer, Gas. Construction of any required drainage facilities to maintain existing drainage patterns and systems in accordance with Host Nation Government regulations, unless otherwise specified.Paving, Walks, Curbs, and Gutters (Access Roads). Construction of access roads A and B. Roads A and B will connect the explosive cargo load/unload apron to the future MK-1 fuel storage facility and existing local access road, respectively.Site Improvements (Including Earthwork, Stormwater / LID). Work necessary to complete site improvements, including, but not limited to earthwork, stormwater, seeding, erosion control, etc.Demolition. The demolition of earthen berms, bunkers, buildings, and debris piles that lie within the project footprint and within required clear zones must be removed and hauled off site in compliance with Romanian Government rules and regulations as part of the scope of work for this project.9. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the best value tradeoff process, resulting in a FFP contract award to a single offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors.10. CONTRACT MAGNITUDE: Estimated magnitude of construction is between $10,000,000 and $25,000,000.11. SITE VISIT/PRE-PROPOSAL CONFERENCE: The site visit is tentatively scheduled for 10 April 2019 at MK Airbase, Romania, but is subject to change. Please review the solicitation when it is issued for additional information. Contractors interested in attending the pre-proposal site visit MUST complete and provide the attached Base Access Information List to the point-of-contacts below no later than 25 February 2019 in order to obtain base access clearance. If we receive your Base Access information after this date we cannot guarantee base access will be granted. Attendees are limited to no more than five (5) people per contractor. Any changes to the date will be posted on www.fbo.gov.12. SPECIAL SAM NOTICE: Please take notice that SAM (www.sam.gov) has a new entity registration requirement that firms must submit an "original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated." This applies to all new entity registrations and all entity registration renewals, effective April 29, 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update-updated-july-11-2018. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 SAM and FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include the clause 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to eligible for the contract award resulting from this solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office.13. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 22 March 2019. The Government intends to have proposals due on or about 5 May 2019 and award the contract by the end of August 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.14. NOTICE TO OFFERORS: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government.15. POINT-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, Mr. Robert Corkrum, robert.e.corkrum@usace.army.mil and Contracting Officer Ms. Kristina Morrow at Kristina.morrow@usace.army.mil.Added:Apr 02, 2019 10:26 amModified:May 23, 2019 3:39 amTrack Changes ****SITE VISIT INFORMATION****In accordance with clause 52.236-27 in the SolicitationSite visits Points of Contact:Name: Tarek Eljizi, PM, +49 61197442422 tarek.I.eljizi@usace.army.milName: Robert Corkrum, Contract Specialist, +49 61197442235 robert.e.corkrum@usace.army.milThe site visit is scheduled for 10 April 2019, 0900hrs at MK Airbase, Romania. Please arrive by 0800hrs to ensure base access. The meeting point will be the parking lot near the main entrance. Contractors interested in attending the pre-proposal site visit MUST have completed and provided the attached Base Access Information List as stated in the Pre-Solicitation Notice no later than 25 February 2019 in order to obtain base access clearance. If we receive your Base Access information after this date we cannot guarantee base access will be granted. Attendees are limited to no more than five (5) people per contractor.*********IMPORTANT:DISREGARD document Bid Schedule - MKAB Corr Final RFP Rev 14 May 2019 which was attached to Amendment 02. Utilze Document Bid Schedule Sample - W912GB19R0028 23 MAY2019.**********Added:Apr 25, 2019 8:59 amModified:May 23, 2019 3:39 amTrack Changes The proposal due date is extended to 28 May 2019 at 1400hrs CEST.

Konrad-Adenauer Ring 39 Wiesbaden, 65187 GermanyLocation

Place Of Performance : Konrad-Adenauer Ring 39 Wiesbaden, 65187 Germany

Country : GermanyState : Hessen

Classification

237 -- Heavy and Civil Engineering Construction/237310 -- Highway, Street, and Bridge Construction
naicsCode 237310Highway, Street, and Bridge Construction
pscCode YCONSTRUCTION OF EPG FACILITIES - GAS