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
    Description

    The Department of Defense, through the Army Contracting Command, is soliciting proposals for the reconstruction of roads and the construction of water mitigation channels at Range 27 in Riyadh, Saudi Arabia. The project aims to address road erosion and enhance stormwater management to support military training operations, ensuring safe access and protection of critical infrastructure. This opportunity is significant for maintaining operational readiness and safety during live-fire exercises, with an estimated contract value between $1 million and $5 million. Interested contractors must submit their proposals electronically by April 30, 2025, and can direct inquiries to Shaniel Escoffery at shaniel.l.escoffery.civ@army.mil or Linda Matos at linda.a.matos.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    S&RTS Kingdom of Saudi Arabia
    Buyer not available
    The Department of Defense, through the U.S. Transportation Command (USTRANSCOM), is seeking proposals for Stevedoring and Related Terminal Services (S&RTS) in the Kingdom of Saudi Arabia, with a contract period from August 1, 2025, to July 31, 2030. The contractor will be responsible for managing the import and export of Defense Transportation System (DTS) cargo, ensuring safe and timely delivery of military goods through designated seaports and airports, while adhering to strict safety and operational protocols. This procurement is critical for maintaining efficient logistics and support for U.S. military operations in the region. Interested parties should contact Lucy Wells at lucy.h.wells.civ@mail.mil or Captain Jonathan Schnicker at jonathan.l.schnicker.mil@mail.mil for further details, with a total estimated contract value of $231,000 and a potential ceiling of $323,400. Proposals must be submitted in compliance with the outlined requirements by the specified deadlines.
    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 the design and construction of water infrastructure at the Melrose Air Force Range in Curry County, New Mexico. The project, identified by Solicitation No. W912PP25R0017, involves establishing water lines connecting the Permanent Exercise Complex (PEC) and the Range Support Complex (RSC), including the construction of a new well, installation of filtration systems, and essential waterlines. This initiative is crucial for enhancing military operations by upgrading the necessary water supply infrastructure, with an estimated contract value between $1,000,000 and $5,000,000. Interested small businesses must submit their proposals, adhering to specific guidelines, by contacting Karen Irving at karen.k.irving@usace.army.mil or by phone at 505-342-3356 for further details.
    Caño Martin Peña Ecosystem Restoration Contract 3, Phase 1
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is preparing to issue a Request for Proposal (RFP) for the Caño Martin Peña Ecosystem Restoration Contract 3, Phase 1, located in San Juan, Puerto Rico. This contract involves significant construction activities, including site development, dredging of access channels, and the construction of protective structures to enhance the ecosystem and infrastructure around the San José Lagoon. The project is crucial for environmental restoration and flood risk management in the area, with a contract value estimated between $25 million and $100 million and a performance period of 1363 calendar days from the notice to proceed. Interested contractors must be registered in the System for Award Management (SAM) and can direct inquiries to Samuela Adams at samuela.y.adams@usace.army.mil or Katrina Chapman at katrina.l.chapman@usace.army.mil, with solicitation documents expected to be available around March 31, 2025.
    Secure Ops Facility
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors for the construction of a Secure Operations Facility at Joint Base Lewis-McChord in Washington. This project, estimated to cost between $100 million and $250 million, will encompass a 34,200 square foot facility that includes an All Domain Operations Center (ADOC) and a Tactical Secure Vehicle Area (TSVA), designed to enhance operational readiness with advanced security features and utility installations. Interested firms are invited to submit a capabilities package detailing their experience and bonding information, with responses due by March 21, 2025, and must comply with SAM registration requirements. For further inquiries, interested parties may contact Mary Hesser at mary.a.hesser@usace.army.mil or Andrea Jackson at Andrea.G.Jackson@usace.army.mil.
    LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges, JEB Little Creek - Fort Story Base, Little Creek Site
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the "LC-U33-Rodriguez Range-De-lead and Repair Berms on Outdoor Ranges" project at the Joint Expeditionary Base Little Creek – Fort Story in Virginia Beach, VA. This project involves the de-leading and repair of earth berms on outdoor ranges, with an estimated cost between $500,000 and $1,000,000, and a completion period of 180 calendar days post-award. The initiative is crucial for maintaining operational safety and environmental compliance at military training facilities, ensuring adherence to regulatory standards regarding lead exposure and site restoration. Interested contractors must submit their proposals by March 20, 2025, via the Procurement Integrated Enterprise Environment (PIEE), and can direct inquiries to Chirine El Kaissi Johnson at chirine.elkaissijohnson.civ@us.navy.mil or Katherine Dinneen at katherine.dinneen@navy.mil.
    ROUGH RIVER DAM SAFETY MODIFICATION PHASE II: NEW OUTLET WORKS AND CUTOFF WALL PROJECT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the Rough River Dam Safety Modification Phase II project, which involves the construction of new outlet works and a cutoff wall at the Rough River Reservoir in Falls of Rough, Kentucky. This project aims to enhance the safety and structural integrity of the dam, addressing critical geotechnical concerns identified in previous assessments, including the management of karst geological features and ensuring compliance with federal safety standards. The estimated contract value ranges between $250 million and $500 million, with proposals due by April 18, 2025. Interested contractors can reach out to Adyson Medley at adyson.medley@usace.army.mil or call 502-315-6211 for further details.
    DESIGN BUILD CONSTRUCTION INDEFINITE DELIVERY INDEFINITE QUANTITY MULTIPLE AWARD TASK ORDER CONTRACT
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for a Design Build Construction Indefinite Delivery Indefinite Quantity Multiple Award Task Order Contract. This procurement aims to engage contractors capable of providing construction services for commercial and institutional buildings, as well as the restoration of real property, which is critical for maintaining military infrastructure. The selected contractors will be expected to deliver a range of construction projects under this contract, which is vital for supporting the operational readiness of military facilities. Interested parties should reach out to Ann Adley at ann.m.adley@usace.army.mil or call 978-318-8255 for further details regarding the solicitation process.
    PI2045M Parris Island 3rd Battalion Pond Causeway Repair
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the repair of the 3rd Battalion Pond Causeway at the Marine Corps Recruit Depot in Parris Island, South Carolina. The project involves roadway rehabilitation, including the construction of new channels to replace existing culverts, with an emphasis on sustainability and compliance with environmental regulations. This initiative is crucial for maintaining operational readiness and safety at the facility while addressing historical environmental concerns. Interested contractors should note that the estimated construction cost ranges from $10 million to $25 million, with proposals due by March 31, 2025. For further inquiries, potential bidders can contact Andy Bui at andy.h.bui.civ@us.navy.mil or John Bishop at john.p.bishop23.civ@us.navy.mil.
    W51DQV- Contracting Opportunities
    Buyer not available
    The Department of Defense, through the Department of the Army's Caribbean District, is announcing projected contracting opportunities for fiscal year 2025, with a focus on civil works and military construction projects in San Juan, Puerto Rico. The opportunities include a range of contracts, such as the Rio Puerto Nuevo series, with estimated values from $1 million to $500 million, and military construction projects like the Ft. Allen Readiness Center, valued between $25 million and $100 million. These projects are crucial for enhancing infrastructure and military readiness in the region, with specific tasks including geotechnical surveys and professional services staff augmentation initiatives. Interested parties can contact Kenneth Funchess at kenneth.funchess@usace.army.mil or Nicole Fauntleroy at nicole.c.fauntleroy@usace.army.mil for further details, as the information is subject to change and will be updated routinely throughout the year.
    W912PP25BA001 N80 Earth Covered Magazine for White Sands Missile Range, Doña Ana County, New Mexico
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE) – Albuquerque District, is seeking qualified contractors for the construction of an Earth Covered Magazine at White Sands Missile Range in Doña Ana County, New Mexico. The project involves demolishing an existing facility and replacing it with a new 25’ x 80’ Modular Storage Magazine, which will include climate control, security features, and compliance with specific military construction standards. This procurement is part of a market survey to gauge interest and capabilities among potential contractors, particularly within the small business community, with an estimated construction value between $5 million and $10 million. Interested firms must respond to the sources sought notice by March 31, 2025, and can direct inquiries to Diana Keeran at diana.m.keeran@usace.army.mil.