Search Contract Opportunities

Sources Sought Announcement for Design-Bid-Build Construction for Site 20117 Ammo Storage Site in Israel for USACE Middle East District   2

ID: W912ER25R2004 • Type: Sources Sought • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****

Sources Sought Announcement for Design-Bid-Build Construction for Site 20117 Ammo Storage Site in Israel for USACE Middle East District

W912ER25R2004 (Subject to change at time of synopsis issuance)

FOREIGN MILITARY FINANCING (FMF) PROGRAM ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD.

1.AGENCY: United States Army Corps of Engineers (USACE) Middle East District

2.NAICS: 236220, Commercial and Institutional Building Construction;
PSC: Y1GA, Construction of Ammunition Storage Buildings

3.PLACE OF PERFORMANCE: Israel

4.ACQUISITION INFORMATION: USACE Middle East District anticipates soliciting and awarding one Construction contract to be procured 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 sources sought or any follow up information requests.

5.PROJECT DESCRIPTION: USACE Middle East District anticipates a potential requirement to construct Site 20117 bunkers and arms kit assembly, combat support facilities on an Israeli Air Force (IAF) Base. Work for this contract includes all works to be executed as detailed within the Specifications, Drawings, and Host Nation Technical Requirements (HNTRs). The facilities included in the compound are as follows (refer to CS100 for site overall):
-Model A - Large Storage Facility [x 2]
-Model D - Shed / canopy covered asphalt pad [x 3]
-Model P - Equipment Integration Plant [x 1]
-Model S - Small Storage Facility [x 7+3]
-Transformer building
-Road system - 7m wide, 2 lanes
-Supporting Utilities
-No parking is directly associated with this compound - other than tractors and forklifts in the Model P area.

Construction measures in accordance with the Host Nation Technical Requirements (HNTRs), the Standards Institution of Israel, USACE Specifications, project specifications and drawings will be provided through the Solicitation process.

According to DFAR 236.204 - Disclosure of the Magnitude of Construction Projects the estimated Magnitude of Construction for this acquisition is $25,000,000.00 to $100,000,000.00 with an anticipated Period of Performance of 730 calendar days from project award.

6.KEY REQUIREMENTS:
A. Interested Contractors must be United States Prime Contractors and have experience with construction of the similar requirements addressed above.

B. Performance Surety. The contractor that is eventually awarded the contract for this project will be required to furnish a Performance Surety to the U.S. Government. Specifically, the awardee will be required to furnish a performance surety in the amount of 100 percent of the contract price. The interested contractor should address its ability to furnish a performance surety, and the method and financial institution by which it plans to do so. To satisfy this surety requirement, contractors may use one of the following two options:
(i)Submit a Performance Bond on Standard Form 25 in accordance with FAR 52.228-15 Performance and Payment Bonds-Construction and shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, or certain bonds or notes of the United States; or
(ii)Submit an Irrevocable Letter of Credit in accordance with FAR 52.228-14 Irrevocable Letter of Credit issued by a federally insured financial institution rated investment grade by a commercial rating service.

C. Payment Surety. The contractor that is eventually awarded the contract for this project will be required to furnish a Payment Surety to the U.S. Government. Specifically, the awardee will be required to furnish a payment surety in the amount of 100 percent of the contract price. The interested contractor should address its ability to furnish a payment surety, and the method and financial institution by which it plans to do so. To satisfy this surety requirement, contractors may use one of the following two options:
(i)Submit a Payment Bond on Standard Form 25A in accordance with FAR 52.228-15 Performance and Payment Bonds-Construction and shall be in the form of firm commitment, supported by corporate sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or, in accordance with Treasury Department regulations, or certain bonds or notes of the United States; or
(ii)Submit an Irrevocable Letter of Credit in accordance with FAR 52.228-14 Irrevocable Letter of Credit issued by a federally insured financial institution rated investment grade by a commercial rating service.

7.FOREIGN MILITARY FINANCING: The majority of work will be administered under Foreign Military Financing (FMF), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States construction firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225.Contractors participating in the anticipated solicitation must be U.S. firms. Any joint-venture shall require each joint-venture participant to be a U.S. firm.

8.SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement.

9.RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. Itis to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the US Army Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.

10.SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 20 pages with a minimum font size of Arial point 10 or equivalent, and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 20-pagelimitation):

Please complete the attached questionnaire.

Please submit all capabilities statements, information, brochures, and/or marketing material as well as the attached questionnaire as one (1) .PDF document, limited to the page maximum above.

11.ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE Middle East District anticipates issuing the solicitation to contractors that respond to this notice in or around April 2025 and award of the contract in or around November 2025.

12.RESPONSES DUE: All interested contractors should submit responses via email by 5:00 PM (EDT) on March 20, 2025. Submit responses and information to zachary.l.reinitz@usace.army.mil and jonathan.m.space@usace.army.mil. No hard copies will be accepted.

Please include the Sources Sought Notice number, W912ER25R2004' in the e-mail subject line.

Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received.

13.QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Zachary Reinitz at zachary.l.reinitz@usace.army.mil and Contracting Officer MAJ Jonathan Space at jonathan.m.space@usace.army.mil.

*****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THE SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT ******

Background
The United States Army Corps of Engineers (USACE) Middle East District is seeking to conduct market research for a Design-Bid-Build construction project at Site 20117, an Ammo Storage Site in Israel. This initiative falls under the Foreign Military Financing (FMF) program and is restricted to U.S. firms, either as prime contractors or joint ventures. The goal of this contract is to construct various facilities that support military operations.

Work Details
The anticipated work includes the construction of bunkers and arms kit assembly, along with combat support facilities on an Israeli Air Force Base. Specific tasks include:
- Construction of two Large Storage Facilities (Model A)
- Construction of three Shed/canopy covered asphalt pads (Model D)
- Construction of one Equipment Integration Plant (Model P)
- Construction of ten Small Storage Facilities (Model S)
- Construction of a Transformer building
- Development of a road system that is 7 meters wide with two lanes
- Installation of supporting utilities. All construction must comply with Host Nation Technical Requirements (HNTRs), USACE specifications, and project drawings.

Period of Performance
The estimated period of performance for this contract is approximately 730 calendar days from the date of award.

Place of Performance
The construction projects will be performed in Israel.

Overview

Response Deadline
March 20, 2025, 5:00 p.m. EDT Past Due
Posted
Feb. 28, 2025, 10:54 a.m. EST
Set Aside
None
Place of Performance
Israel
Source

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
55%
On 2/28/25 USACE Middle East District issued Sources Sought W912ER25R2004 for Sources Sought Announcement for Design-Bid-Build Construction for Site 20117 Ammo Storage Site in Israel for USACE Middle East District due 3/20/25. The opportunity was issued full & open with NAICS 236220 and PSC Y1GA.
Primary Contact
Name
Zachary Reinitz   Profile
Phone
(540) 665-3958

Secondary Contact

Name
Jonathan Space   Profile
Phone
(540) 665-5132

Documents

Posted documents for Sources Sought W912ER25R2004

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W912ER25R2004

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912ER25R2004

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912ER25R2004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912ER25R2004

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 4, 2025
Last Updated By
zachary.reinitz@usace.army.mil
Archive Date
April 4, 2025