Toggle navigation
Solicitation
Search
Lookup
Product/Service Codes
NAICS
Documentation
Training and Resources
Exit
W912ER23R0003: Fuel Cell and Phase Maintenance Hangar - Kingdom of Jordan
Solicitation
Solicitation Number
Public Posting Link
Copy To Clipboard
Notice Type
Response Date
Response Date Time Zone
--- Please Select ---
Eastern Daylight Time (-04:00)
Set Aside Code
N/A
Total Small Business Set-Aside
Partial Small Business Set-Aside
8(a) Set-Aside
Historically Underutilized Business (HUBZone) Set-Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside
Women-Owned Small Business (WOSB) Program Set-Aside
Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside
8(a) Sole Source
Historically Underutilized Business (HUBZone) Sole Source
Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source
Women-Owned Small Business (WOSB) Program Sole Source
Economically Disadvantaged WOSB (EDWOSB) Program Sole Source
Local Area Set-Aside
Competitive 8(a)
Economically Disadvantaged Woman Owned Small Business
Emerging Small Business
HUBZone
Partial HBCU / MI
Partial Small Business
Service-Disabled Veteran-Owned Small Business
Total HBCU / MI
Total Small Business
Veteran-Owned Small Business
Woman Owned Small Business
Primary Contact Name
Description
The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division (TAD), Transatlantic Middle East District (TAM), anticipates soliciting and awarding a contract to provide the necessary construction services as described below. The project site is located at undisclosed location approximately 100km east of Amman, Jordan. This will be a firm-fixed price (FFP) Design-Bid-Build (DBB) contract awarded on the basis of full and open competition in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this forthcoming Solicitation or any follow up information requests. TAM will be evaluating the ability of businesses to perform a scope of work for construction. The intent of this project is to Construct two (2) single-bay, composite sized fighter, fully enclosed maintenance hangars: one is to be used for phase maintenance and the other for fuel cell maintenance. Construction will include a reinforced concrete foundation and floor slab, structural steel frame, standing seam metal roof. The hangars will have the necessary connecting taxiways and roads, and the necessary supporting utilities to include communications, power, heating, ventilation and air conditioning, plumbing and fire protection systems to provide a complete and usable facility. All facilities are designed as semi-permanent construction in accordance with Unified Facilities Criteria 1-201-01 Non-Permanent Department of Defense Facilities in Support of Military Operations. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01. Magnitude of Construction: The total contract dollar value for the base and options will be estimated between $10 million and $25 million. Performance Period: The anticipated period of performance is 900 calendar days.
Solicitation Details
Subject
Posting Date
Archive Date
Product or Service Code
NAICS
Place of Performance Zip Code
Place of Performance Address
Kingdom of Jordan
Recovery Act
Yes
No
Contract Information
Contracting Office DoDAAC
--- Please Select ---
W912ER
Contracting Office Name
Contracting Office Address
201 PRINCE FREDERICK DRIVE WINCHESTER VA 22602-5000 WINCHESTER VA 22602-5000 WINCHESTER VA 22602-5000 USA
Attachments
Name
Number
File/URL
Date
Document Type
Include in Response
B_08_RFP___W912ER23R0003__VOL_1_FCMH
B_08_RFP___W912ER23R0003___FCMH.pdf
2023-03-17
Attachment
No
B_08_Vol_1_Appendix_A___Solicitation_Attachments
B_08_Appendix_A___Solicitation_Attachments.docx
2023-03-17
Attachment
No
B_08_Cost_Breakdown__Vol_1_FCMH
B_08_Cost_Breakdown___FCMH.pdf
2023-03-17
Attachment
No
B_08_Bid_Schedule_Vol_1__FCMH
B_08_Bid_Schedule___FCMH.pdf
2023-03-17
Attachment
No
B_08_Solicitation_Specs___Vol__2___FCMH
B_08_Solicitation_Specs___Vol__2___FCMH.pdf
2023-03-17
Attachment
No
B_08_Solicitation_Specs___Vol__3___FCMH
B_08_Solicitation_Specs___Vol__3___FCMH.pdf
2023-03-17
Attachment
No
B_08_Solicitation_Specs___Vol__4___FCMH
B_08_Solicitation_Specs___Vol__4___FCMH.pdf
2023-03-17
Attachment
No
B_08_Drawings___FCMH
B_08_Drawings___FCMH.pdf
2023-03-17
Attachment
No
B_08_Geotechnical_Investigation_Report___FCMH
B_08_Geotechnical_Investigation_Report___FCMH.pdf
2023-03-17
Attachment
No
B_08_Site_Photos___FCMH___W912ER23R0003
B_08_Site_Photos___FCMH___W912ER23R0003.pdf
2023-03-17
Attachment
No
Please Wait
Session Timeout