Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOLICITATION NOTICE

Y -- Renovate Hasakah Central Detention Facility

Notice Date
6/17/2025 6:52:44 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIST AFGHANISTAN NORTH APO AE 09366-0000 USA
 
ZIP Code
09366-0000
 
Solicitation Number
W5J9JE25RA003
 
Response Due
7/2/2025 7:00:00 AM
 
Archive Date
07/17/2025
 
Point of Contact
Michael Getz, Christopher R. Preston II
 
E-Mail Address
michael.j.getz@usace.army.mil, christopher.r.preston@usace.army.mil
(michael.j.getz@usace.army.mil, christopher.r.preston@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
NUMBER: W5J9JE25RA003 ACTION TYPE: This is a pre-solicitation notice, there is no Request for Proposal (RFP) or related documents at this time. A solicitation notice or RFP may follow this pre-solicitation notice. DESCRIPTION: Design and Construction to renovate the Hasakah Central Detention Facility. SCOPE OF WORK: This is a Design-Build (DB) project. The contractor will design and complete construction to renovate the Hasakah Central Detention Facility. The work consists of guard towers, perimeter T-Walls, steel sliding gates, solar light panels, and additional work to be provided during the solicitation phase. Work shall include all labor, equipment, and materials to complete all work specified in the solicitation. Upon receipt of NTP, The Contractor shall have a Period of Performance (PoP) of approximately 540 days to complete construction for all work specified in the solicitation. PROJECT SERVICE CODES (PSC): Y1JZ � Construction of Miscellaneous Buildings NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS): 236220 � Commercial and Institutional Building Construction MAGNITUDE OF CONSTRUCTION PROJECT: The magnitude of construction is Between $1,000,000 and $5,000,000. CONTRACTING PROCEDURES: This acquisition will be competed as other than Full and Open competition in accordance with 10 U.S.C. 3204(a)(1) and as implemented by FAR 6.302-1(a)(2). Competition will be limited to vendors on the Syrian Evaluation and Monitoring Committee (SEMC) Vendors List which have been cleared to work within the Eastern Syria Security Area (ESSA). This action is a Design-Build selection procedure. Award will be made to the offeror who has been determined by the contracting officer to be responsible in accordance with FAR Subpart 9.1, and whose proposal is responsive and represents the best overall value to the Government. In determining best value, the government will use a tradeoff source selection process, per FAR 15.101-1. The government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the government�s best interest. The tentative date for issuance of the solicitation is on or about 17 July 2025. SITE VISIT: The Government does not anticipate a site visit currently. However, if the Government decides it is in its best interest to schedule a site visit, the information will be posted within the solicitation. REGISTRATION / SUBMISSION REQUIREMENTS: Failure to have an active and completed registration in any one of the following databases at the time of award may deem the offeror �non responsible� in accordance with FAR Part 9 and ineligible for award. Information contained within an offeror�s registration must be current and valid. The responsibility of maintaining current information contained in an offeror�s registration rests solely on the offeror. System for Award Management (SAM): https://sam.gov Unless an exemption applies, Government contractors must be registered in the SAM and complete required representations and certifications annually. FAR 52.204-7 requires offerors to be registered in SAM at the time of bid and to continue to be registered until time of award, during performance, and through final payment. Joint Contingency Contracting System (JCCS): Offerors must be successfully registered in the JCCS and their registration completely processed and active in the JCCS database to be considered eligible for award. Offerors must provide evidence of an active JCCS registration current as of the date of proposal and at time of award, during performance, and through final payment. The Government will search the JCCS database using the JCCS Company ID number supplied by the vendor to verify eligibility. The Government will determine an offeror non-responsible as a result of an offeror�s base access ineligibility, or an incomplete JCCS registration, or an inactive JCCS registration. The Government reserves the right to make this determination at the time of receipt of proposals and prior to the start of evaluations. In this instance, the non-responsible offeror�s proposal will not be evaluated. The Government also reserves the right to determine an offeror non-responsible at any time after receipt of proposals if an offeror becomes ineligible for installation access. A determination that an offeror is non-responsible will result in the removal of the offeror�s proposal from the competition. No debriefing will be provided for those offerors� found non-responsible as a result of their access ineligibility as the determination may be made in advance of the offeror�s technical proposal being evaluated or completed. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity representing the JV. Information on JCCS registration is available at https://www.jccs.gov/. RESPONSES TO THIS PRESOLICITATION NOTICE: Be advised that this is a pre-solicitation notice and is not a request for proposal. Responses to this notice are not required. This purpose of this notice is to inform the public of the upcoming solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f38c2f7973a44a28bbc541b605068fd4/view)
 
Place of Performance
Address: SYR
Country: SYR
 
Record
SN07480490-F 20250619/250617230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.