Water Supply System Improvements for Lachin IDP Communites
Amendment 01 for Solicitation # W912GB19R0044 The Amendment extends the Proposal due date to 9 August 2019 @ 14:00 CEST. All RFIs have been answered via ProjNet. Pre-proposal Conference slides and sit... Amendment 01 for Solicitation # W912GB19R0044 The Amendment extends the Proposal due date to 9 August 2019 @ 14:00 CEST. All RFIs have been answered via ProjNet. Pre-proposal Conference slides and site visit sign in sheet have been uploaded. __________________________________________________________________ This is a Request for Proposal for the Design-Build construction of Water Supply System Improvements in Lachin Communities, Aghajabadi Region, Azerbaijan. The Government contemplates that this solicitation will result in a single firm-fixed price contract award. A. The Government will use Simplified Acquisition Procedures in accordance with FAR 13.106-2(b)(3) - Price and Other Factors. B.The estimated magnitude of construction is between $250,000 and $500,000. C. Proposal due date is 02 August 2019 at 14:00 hours Central European Summer Time (CEST) Contract Point of Contact is SFC Betsy Weintraub +49 611 8744 2195BETSY RFP W912GB19R0044 Firm-Fixed-Price (FFP), Stand Alone (C-Type) for the construction of Water Supply System Improvements in Lachin Communities, Aghajabadi Region, Azerbaijan OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS SOLICITATION ANNOUNCEMENT. 1. PROJECT TITLE: Water Supply System Improvements for Lachin IDP Communites 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 237110 - Water and Sewer Line and Related Structures Construction 4. PLACE OF PERFORMANCE: Aghajabadi Region, Azerbaijan 5. SOLICITATION NUMBER: W912GB19R0044 6. TYPE OF CONTRACT: Firm-Fixed-Price (FFP), Stand Alone (C-Type) contract 7. 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 improvements to the existing water system infrastructure supporting multiple settlements of individually displaced persons in the Aghajabadi region of Azerbaijan, approximately 200km west of the capital of Baku. The project will consist of improvements at both the existing well site as well as to the distribution system and will be awarded as a Design-Build contract which combines the design and construction within the same contract award. A total of six (6) communities are currently provided water via an Artesian fed well measuring in depth of more than 200 meters below the ground surface that has been in operation for more than 90 years. The well currently feeds an elevated storage tank which then distributes the stored water to the individual communities via polyethylene piping that has been in service for almost 30 years. . At the well site, the project includes requirements to replace the existing, Artesian-fed elevated storage tank with an adequately sized storage capacity to meet the consumption of the communities being served (Note that this will require the development of a hydraulic profile and associated calculations to determine an adequate minimum storage requirement). Additionally, it is the intent of this project to design and install a new system to deliver water to the recently installed, mechanically-fed elevated water storage tank. This will require the design and installation of a new pump to feed the tank as well as a solar array and battery storage sufficient to operate the pump and feed the tank. The work at the well site shall also include all necessary yard piping, valving and other appurtenances necessary to allow for either the Artesian-fed system or the mechanically-fed system to be placed in service. No improvements to the well itself are required as part of this project and great care should be taken to protect the integrity of the well throughout construction. With respect to the distribution system, the piping from the well site to the delivery point will be abandoned in place and replaced in its entirety to five communities (Finga, Nuraddin, Alkhasli, Ardeshevi, and Sheylanli). To each of the five settlements, new high density polyethylene (HDPE) piping will be installed from the well site to the delivery point. Pipe gauge and sizing will be determined by the DB contractor and installed in accordance with local regulations and laws. At each distribution service location, a new pedestal will be installed with shutoff valves, overhead roofing, a collection trough and concrete pad. The total length of piping planned for installation exceeds 12 kilometers. 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 $250,000 and $500,000. 11. SITE VISIT/PRE-PROPOSAL CONFERENCE: Please see RFP Section 00 21 00- Instructions to Offerors for details. 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. 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. 14. 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 the Contract Specialist SFC Betsy Weintraub at betsy.weintraub@usace.army.mil and the Contracting Officer Ms. Kristina Morrow at Kristina.morrow@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »