RANGE 27 - ROAD RECONSTRUCTION AND WATER MITIGATION CHANNELS TO PREVENT RANGE EROSION ISO OPM-SANG, KSA
ID: W519TC-25-R-A004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (C1QA)
Timeline
  1. 1
    Posted Feb 27, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 14, 2025, 12:00 AM UTC
  3. 3
    Due May 25, 2025, 12:00 PM UTC
Description

The Department of Defense, through the U.S. Army Contracting Command, is soliciting proposals for the reconstruction of roads and the establishment of water mitigation channels at Range 27, located in Riyadh, Saudi Arabia. This project aims to address erosion issues and enhance operational efficiency for military training, specifically for heavy vehicle and aviation firing exercises. The selected contractor will be responsible for ensuring compliance with federal standards, including the submission of detailed plans and documentation, with a total project budget estimated between $1 million and $5 million. Proposals are due by May 25, 2025, and interested parties should direct inquiries to Shaniel Escoffery or Linda Matos via email.

Point(s) of Contact
Files
Title
Posted
Apr 14, 2025, 3:05 PM UTC
The document outlines a Statement of Work (SOW) for a project at Range 27 in Riyadh, Saudi Arabia, addressing the remediation of road erosion and transformer protection for military training usage by OPM-SANG. Key objectives include restoring road access and preventing future erosion through various engineering strategies. The scope of work includes pre-construction submittals, road washout remediation, storm water prevention measures, and transformer protection against potential hazards posed by live ammunition. The project requires a mobilization plan, quality control, and detailed inspection protocols to ensure compliance with established standards. Specific tasks involve reconstructing roads to defined specifications, establishing storm water channels, and constructing reinforced concrete overhead protection for transformers, ensuring visibility and safety during live-fire exercises. Deliverables include as-built drawings and warranties on parts and installation, with strict documentation and inspection protocols to be enforced. The completion timeline necessitates that all work must be completed within 120 days after a Notice to Proceed is issued, emphasizing the urgency and critical nature of the project for military training operations.
Apr 14, 2025, 3:05 PM UTC
The document outlines a price evaluation sheet associated with Request for Proposals (RFP) W519TC-25-R-A004, which focuses on various construction and remediation services. It details several Contract Line Item Numbers (CLINs) categorized under Firm-Fixed Price (FFP) for projects including equipment procurement, facilities mobilization, road remediation, and transformer protection installation. Each CLIN highlights specific tasks, such as backfilling eroded areas, removing silt buildup, and compacting soil, with an emphasis on associated costs and the inclusion of a 15% value-added tax (VAT). The document serves as a framework for evaluating cost proposals from contractors, ensuring transparency and compliance with federal contracting standards. It defines the scope of work and performance periods expected from the contractors. The total evaluated price and total price by ordering period are crucial for determining budget allocations and contractor selection, making this evaluation vital to the project's financial management and overall success.
Apr 14, 2025, 3:05 PM UTC
The Quality Assurance Surveillance Plan for Range 27 under the OPM-SANG Engineering and Construction contract outlines performance requirements and standards crucial for project execution. It details key performance objectives derived from the Statement of Work (SOW), including compliance with pre-construction submittals, road reconstruction, stormwater management, transformer protection, and overall range operations. Each area mandates a 100% compliance rate with specific standards, such as proper material use, construction thickness, and effective drainage systems. The document describes various surveillance methods for performance monitoring, including periodic inspections, random checks, and feedback from stakeholders. It sets non-conformance protocols, stipulating that any discrepancies must be documented and addressed within a specific timeframe. Additionally, the contractor is obliged to maintain detailed documentation of their quality assurance processes and report periodically on project progress. Ultimately, the Quality Assurance outcomes will lead to a final report assessing whether all contract requirements were satisfactorily met, crucial for the project's acceptance and closure. This comprehensive plan emphasizes the government's commitment to ensuring compliance and quality in construction projects, aligning with federal standards and regulations.
The document outlines the required documents for obtaining MNG Base Access Permits for individuals seeking entry. Key requirements include a detailed spreadsheet with names in Arabic, residency permit numbers, and nationalities; copies of valid iqamas; personal colored photos with specific dimensions; and a copy of the driving license along with vehicle information. Notably, individuals from Yemen, Syria, Lebanon, Turkey, and Palestine are prohibited from entry. The stipulation emphasizes that only Saudi citizens or residents are permitted to attend the site. This document serves as a guideline to ensure that applicants meet the required criteria before accessing the MNG Base, reflecting security measures in place regarding entry permissions.
Apr 14, 2025, 3:05 PM UTC
The Performance Assessment Questionnaire is a crucial document used in the evaluation of federal contracts, aimed at collecting accurate and comprehensive feedback regarding a contractor’s performance. It features a structured format with sections for the contractor's identification, evaluation criteria, and a point of contact for additional information. The evaluation includes ratings from “Substantial Confidence” to “No Confidence,” based on the contractor's compliance with contractual requirements, project management effectiveness, timeliness, cost control, and customer satisfaction. The questionnaire encourages candid responses and mandates a rationale for each rating provided. Additionally, it seeks information about any relevant previous work by the contractor. Completing and returning this questionnaire to the specified Contracting Officer is essential for the integrity of the contract award process. This document underscores the federal government’s commitment to maintaining high standards in procurement and contract execution.
Apr 14, 2025, 3:05 PM UTC
This document provides comprehensive proposal submission instructions for Offerors participating in a federal solicitation, specifically focusing on a contracting requirement for the Kingdom of Saudi Arabia (KSA). Key points include the necessity for clarity, completeness, and adherence to formatting guidelines to ensure evaluators can assess capabilities effectively. Proposals should consist of four distinct volumes: introductory information, technical approach, past performance, and pricing, with specific page limits and content requirements outlined for each. Emphasis is placed on providing clear documentation of past performance, particularly contracts executed within KSA and their relevance, as well as a structured pricing matrix that excludes VAT and reflects firm-fixed prices. The instructions highlight that proposals must be submitted electronically and contain detailed contact information for references. Additionally, the importance of clearly marked proprietary information and compliance with submission deadlines is stressed, with the government retaining the right to eliminate submissions lacking required information. This structured approach aims to facilitate a comprehensive evaluation process, ultimately leading to the award of one contract based on the initial proposals without further discussions unless deemed necessary.
Apr 14, 2025, 3:05 PM UTC
The document outlines the basis for awarding contracts under a government Request for Proposals (RFP). The primary focus is on selecting the proposal that offers the best value, evaluated through three key factors: Technical, Past Performance, and Price, with Technical being the most heavily weighted. All proposals must achieve at least an "Acceptable" rating in Technical evaluations. The government maintains the right to reject proposals if quality does not meet standards or funding is inadequate. Proposals will be assessed on compliance with the RFP, and past performance will be analyzed to ensure applicants can deliver satisfactorily. The process involves a rigorous evaluation approach, including documentation requirements like an active SAM registration, business licenses, and financial guarantees. The evaluation employs a combined technical/risk rating system, with color-coded categories from “Outstanding” to “Unacceptable”. The past performance assessment considers similar prior work and the quality of execution, while price evaluations focus on fairness and reasonableness, potentially rejecting unbalanced pricing. The overarching goal is to ensure that contracts are awarded to responsible and capable offerors, delivering value to the government while adhering to established procurement regulations and standards.
Apr 14, 2025, 3:05 PM UTC
The solicitation W519TC25RA004 outlines a government request for proposals (RFP) for the reconstruction of roads and the expansion of water mitigation channels to address erosion issues at Range 27, OPM-SANG, KSA. Key information requested by potential bidders includes project layouts, erosion reports, site coordinates, and details regarding existing utilities. Clarifications are provided regarding site visits, bid guarantees, submission dates, and warranty requirements, emphasizing referenced attachments for detailed information. Notably, the RFP stipulates that no site visits will occur and specifies that the bid guarantee should be 20% of the proposal or a cap of $3,000,000.00. The project aims to ensure adequate drainage and structural standards, aligning with specified UFC standards. Overall, this solicitation serves as a foundational document for contractors interested in addressing infrastructure and environmental challenges associated with road and erosion control in the specified area.
The Range 27 Industry Day Presentation outlines the solicitation for contractors regarding the Range 27 project in Khashm Al Aan, Riyadh, KSA, focusing on road reconstruction and stormwater mitigation to enhance operational efficiency and address erosion issues. Key project elements include road reconstruction plan submission, stormwater management strategies, and transformer protection to prevent damage from firing and water pooling. Contractors are required to secure government approval for their detailed plans before execution and must meet pre-construction requirements, including submitting access permits documentation. The Request for Proposal (RFP) emphasizes that this is a full and open competition, with proposals evaluated based on technical approach, past performance, and price. Communication with government personnel is restricted to designated officers, and the proposal submission deadline is set for April 30, 2025. The project aims to provide a fully operational training range, and deliverables include as-built drawings and warranties post-construction. The guidelines reinforce compliance with federal acquisition regulations and highlight the importance of accurate documentation and adherence to specified timelines for successful bid consideration.
Apr 14, 2025, 3:05 PM UTC
The document is an amendment to the Request for Proposal (RFP) W519TC25RA004 issued by the United States Army Contracting Command for road reconstruction and water mitigation channels at Range 27, Riyadh, Saudi Arabia. It details changes to the Industry Day and solicitation deadlines, extending the Industry Day from March 16, 2025, to April 14, 2025, and the proposal submission deadline from April 10, 2025, to April 30, 2025. The RFP is a full and open competition, aiming to award a single Firm Fixed Price contract based on best value, assessed through technical approach, past performance, and price. Offerors are instructed to submit questions electronically by April 17, 2025, and ensure proposals are complete, as lack of required information may lead to rejection. The anticipated magnitude of the construction work is between $1,000,000 and $5,000,000. Attendance at the Industry Day is optional; however, proposals must be submitted electronically and will be timestamped upon receipt. Registration in the System for Award Management (SAM) is required for all bidders. This amendment serves to clarify solicitation details and adjust critical timelines to facilitate the bidding process.
Apr 14, 2025, 3:05 PM UTC
The document outlines an amendment to a Request for Proposal (RFP), W519TC25RA004, issued by the U.S. Army Contracting Command for the construction project related to Range 27 in Saudi Arabia. The main change is the extension of the proposal due date from April 30, 2025, to May 25, 2025. Additionally, two attachments, a Questions & Answers document and an Industry Day presentation, have been added to assist potential bidders. The project, focused on road reconstruction and water mitigation channels, is being funded through Foreign Military Sales. Offerors are encouraged to submit their initial proposals without expecting further discussions, emphasizing the necessity of providing the best terms upfront. The evaluation will consider technical approach, past performance, and price, with a total project budget estimated between $1,000,000 and $5,000,000. Questions about the solicitation must be directed to specified contacts by a set timeline prior to submission. The Industry Day scheduled for a military base provides additional information but is not mandatory for proposal submission, ensuring a wide competitive engagement in this full and open solicitation process. Proper registration with the System for Award Management (SAM) is a requirement for all bidders.
Apr 14, 2025, 3:05 PM UTC
The United States Army Contracting Command-Rock Island has issued Request for Proposal (RFP) W519TC25RA004 for the construction and restoration of Range 27 in Riyadh, Saudi Arabia. The project includes road reconstruction and the construction of water mitigation channels to prevent erosion, supported by Foreign Military Sales funding. This solicitation is open to all competitors, and a Firm Fixed Price (FFP) contract will be awarded based on best value, considering technical approach, past performance, and price. Offerors must submit their proposals electronically by April 10, 2025, and include a completed Price Matrix. Furthermore, proposals must remain valid for 90 days post submission. An Industry Day for potential bidders will occur on March 16, 2025, but attendance is not mandatory. A bank letter of guarantee and details about performance and payment bonds are mandatory. The total project budget is estimated between $1 million and $5 million. The document outlines specific evaluation criteria and emphasizes the necessity for proposals to be complete and accurate for acceptance, adhering to specified FAR clauses and contractor guidelines as part of the contracting process.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
S&RTS Kingdom of Saudi Arabia
Buyer not available
The U.S. Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is soliciting proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a focus on managing U.S. military cargo at designated seaports and airports. The contractor will be responsible for the safe and timely loading, unloading, and transportation management of Defense Transportation System (DTS) sponsored and non-sponsored cargo, adhering to strict safety and operational protocols as outlined in the Performance Work Statement (PWS). This contract, identified by solicitation number HTC71125RR008, is set to commence on August 1, 2025, and run through July 31, 2030, with a minimum order value of $2,500 and a maximum contract value calculated at 40% above total awards. Interested parties must submit their proposals by April 30, 2025, and can direct inquiries to Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil.
Advanced Military Studies Program
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC-RI), is preparing to issue a Request for Proposal (RFP) for an Advanced Military Studies Program (AMSP) aimed at enhancing operational planning and campaign design expertise within the Ministry of National Guard in Saudi Arabia. This five-year firm-fixed price contract will encompass a base year and four optional years, focusing on providing a comprehensive Program of Instruction similar to that of the U.S. Army School of Advanced Military Studies and the U.S. Marine Corps School of Advanced Warfighting. Key services required include course instruction, curriculum development, bilingual communication, and the execution of a campaign case study, all to be conducted at the King Abdullah bin Abdulaziz Command and Staff College in Riyadh. Interested contractors should note that the estimated RFP issue date is April 2025, and they must be registered in the System for Award Management (SAM) prior to contract award; inquiries can be directed to Nick Sharp at nicholas.m.sharp10.civ@army.mil or Carly Frye at carly.c.frye.civ@army.mil.
Mount Pleasant Road Paving
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, Norfolk District, is seeking qualified firms for a future procurement related to the paving of Mount Pleasant Road in Chesapeake, Virginia. The project involves road milling, asphalt paving, pavement striping, and the installation of snow-plowable markers along Route 165, with a construction period of approximately 90 days following the Notice-to-Proceed. This opportunity is crucial for maintaining infrastructure and ensuring safe travel in the area, with an estimated contract value between $25,000 and $100,000. Interested contractors must submit their capability packages and responses to the sources sought notice by May 6, 2025, to Major George Jackson at george.jackson@usace.army.mil, with a copy to Stormie S. B. Wicks at Stormie.B.Wicks@usace.army.mil.
DESIGN BID BUILD FY22 UMMC, WATER INFRASTRUCTURE TO THE PERMANENT EXERCISE COMPLEX (PEC) and RANGE SUPPORT COMPLEX (RSC), MELROSE AIR FORCE RANGE (MAFR), CURRY COUNTY, NEW MEXICO
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for a Design Bid Build project focused on water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project aims to establish essential water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well and installation of filtration systems. This initiative is critical for enhancing military operational capabilities and ensuring compliance with federal, state, and local regulations throughout the construction process. Interested small businesses must submit their proposals by April 23, 2025, with an estimated contract value between $1 million and $5 million. For further inquiries, potential bidders can contact Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356.
Royal Saudi Naval Forces (RSNF) Surface Training Systems Sustainment
Buyer not available
The Department of Defense, specifically the Department of the Navy's Naval Air Warfare Center Training Systems Division, is soliciting proposals for the sustainment of the Royal Saudi Naval Forces (RSNF) Surface Training Systems. This procurement aims to ensure the ongoing operational effectiveness and maintenance of training systems critical for the RSNF, which plays a vital role in maritime security and defense capabilities. The solicitation has undergone several amendments, including an extension of the proposal due date to May 12, 2025, and updates to various attachments and requirements. Interested parties should contact the primary point of contact, Elle Henning, at elle.a.henning.civ@us.navy.mil or by phone at 407-796-2172 for further details and to obtain the associated RFP documents.
Repair Rebuild Route 219
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking bids for the repair and rebuilding of Route 219 at White Sands Missile Range in New Mexico. The project involves the removal and replacement of the existing roadway, including the disposal of asphalt and base materials, processing of subgrade, and application of new asphalt and pavement markings, all while preserving existing tank trails. This construction effort is critical for maintaining safe and efficient transportation routes within the military installation. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), has an estimated value between $500,000 and $1 million, with a duration of 90 days post-award. Interested contractors should contact Silvia Kane at silvia.i.kane.civ@army.mil for inquiries and must be registered in the System for Award Management (SAM) by the bid submission date, with the solicitation expected to be issued around May 7, 2025.
USDA Dairy Forage Research Center (DFRC)
Buyer not available
The U.S. Army Corps of Engineers is soliciting proposals for the construction of a new Dairy Forage Research Center (DFRC) in Prairie du Sac, Wisconsin, with an estimated budget between $25 million and $100 million. The project aims to provide comprehensive facilities to support the USDA Agricultural Research Service's mission, accommodating up to 452 lactating cows, 144 calves, and extensive crop production across approximately 642,000 gross square feet. This initiative is critical for advancing agricultural research and improving dairy production practices through modern infrastructure. Interested contractors must submit their proposals by May 27, 2025, and can direct inquiries to Nicole Parker at nicole.l.parker@usace.army.mil or Jeffrey Wyant at jeffrey.w.wyant@usace.army.mil.
Central City Bypass Channel North
Buyer not available
The Department of Defense, through the Department of the Army, is soliciting proposals for the Central City Bypass Channel North project, as outlined in solicitation W9126G25R0133. This procurement involves construction services categorized under Other Heavy and Civil Engineering Construction, specifically focusing on the construction of canals. The project is significant for enhancing local infrastructure and managing water flow effectively. Interested contractors can access the solicitation documents and amendments via the Projnet plan room using the quick add key QY3BEZ-FFK9QQ, and should direct inquiries to Alexander Rust at Alexander.G.Rust@usace.army.mil or Carl Oelschig at carl.s.oelschig@usace.army.mil for further assistance.
Design Bid Build - Construction of the Advanced Skills Trainee Barracks at Parks Reserve Forces Training Area, CA
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the Design-Bid-Build construction of the Advanced Skills Trainee Barracks at the Parks Reserve Forces Training Area in Dublin, California. This project involves constructing a 45,000 square foot barracks facility designed to support the Non-Commissioned Officers Academy and the 80th Training Command, incorporating essential systems such as fire protection, energy monitoring, and accessibility features, while adhering to stringent safety and sustainability standards. The contract, valued between $25 million and $100 million, is set aside exclusively for small businesses, with a proposal submission deadline of April 29, 2025, and interested contractors must maintain active registration in the System for Award Management (SAM). For further inquiries, contact Ryan King at ryan.m.king2@usace.army.mil or by phone at 502-315-6348.
Design and Construction of the NC3 Acquisition Management Facility
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers New England District, is preparing to issue a Request for Proposal (RFP) for the design and construction of the NC3 Acquisition Management Facility at Hanscom Air Force Base in Massachusetts. This project involves a two-step Best Value/Trade-off (BVTO) procurement process, with a scope that includes the construction of a new Logistics Readiness Squadron Warehouse, demolition of existing buildings, and the establishment of secure and unsecure areas within the new facility, which will support sensitive compartmented information operations. The estimated cost for this project ranges from $25 million to $100 million, with the solicitation expected to be released in April 2025 and contract awards anticipated in the summer of 2026. Interested parties can direct inquiries to Heather Skorik at heather.m.skorik@usace.army.mil or by phone at 978-318-8040.