Munitions Storage Area, Powidz, Poland
ID: W912GB25R0011Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD FEST NAU1 EUROPEAPO, AE, 09096, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF AMMUNITION FACILITIES (Y1EA)
Timeline
  1. 1
    Posted Jan 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 16, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 12:00 PM UTC
Description

The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a Munitions Storage Area (MSA) at Powidz Air Base, Poland. This project entails a Design-Bid-Build (DBB) Firm-Fixed Price (FFP) contract for the construction of 56 earth covered magazines (ECMs), along with supporting maintenance buildings, operational pads, rail, paving, fencing, utilities, and appurtenances, with an anticipated completion period of 1020 calendar days post-Notice to Proceed. The contract is valued between $100 million and $250 million and is open to firms from NATO member nations, with a virtual industry day scheduled for March 12, 2025, to discuss the project further. Interested parties can reach out to Kristina Morrow at kristina.k.morrow@usace.army.mil or Andrew Cochran at andrew.a.cochran@usace.army.mil for inquiries.

Files
Title
Posted
Dec 23, 2024, 11:05 PM UTC
The document is an overview sheet detailing past performance for a government procurement titled "Munitions Storage Area (MSA) project in Powidz, Poland," identified by solicitation number W912GB25R0011. It highlights the project's essential aspects, including the contractor's role (prime, subcontractor, or joint venture), the percentage of work self-performed (minimum 25%), project timeline (start and completion dates), total financial value (must exceed €500,000), and the type of construction (design-build or design-bid-build). An example provided in the sheet refers to a completed project, the "Construction of Building XYZ" in Wiesbaden, Germany, which showcases key criteria such as compliance with the Statement of Work and the project's performance within the Europe District Area of Responsibility (AOR). This information is vital for evaluators assessing contractor qualifications against the criteria for the MSA project, ensuring that bidders demonstrate relevant experience and capabilities.
Dec 23, 2024, 11:05 PM UTC
The document provides a step-by-step guide for Proposal Managers on how to submit offers for solicitations through the Wide Area Workflow e-Business Suite. It outlines the necessary procedures starting from logging into the system, selecting solicitations, and entering specific criteria to find relevant offers. Key steps include reviewing contract information, attaching required documents, entering important details like the CAGE Code, and signing the offer digitally. Upon successful submission, users receive confirmation of their offer. This guide is essential for ensuring compliance with federal RFPs and grants, facilitating efficient communication and transactions between federal agencies and contractors. It helps streamline the proposal submission process, highlighting the importance of proper documentation and electronic interaction in government procurement activities.
Dec 23, 2024, 11:05 PM UTC
This document outlines the procedures for obtaining Value Added Tax (VAT) exemptions and reimbursements for contractors working on behalf of United States forces in Poland. It details the process for issuing a VAT Certificate, which must be completed by the contractor and an authorized representative of the U.S. forces, and potentially by the Polish Ministry of National Defence. In cases where tax exemptions are not applied at the time of sale, contractors can request reimbursement from Polish tax authorities on a quarterly basis. Specific requirements for reimbursement requests include invoices and contracts. The document emphasizes that contractors must assume responsibility for navigating VAT procedures, with the U.S. Government providing assistance only as feasible, and establishes timelines for reimbursements, which are typically processed within 30 days. Additionally, it stipulates responsibilities related to returned goods and outlines the necessary declarations from both U.S. forces representatives and Polish authorities to validate tax exemptions. The document serves to ensure compliance with VAT regulations while facilitating smooth transactions for U.S. forces' acquisitions in Poland.
Dec 23, 2024, 11:05 PM UTC
The document outlines the requirements for the Munitions Storage Area (MSA) project in Powidz, Poland, focusing on past experience necessary for contractors submitting proposals. It requests detailed information about three relevant projects completed within the last ten years, emphasizing vertical construction, rail facility development, and military-related construction. Specific inquiries include project location, completion date, cost, customer information, and percentage completion status. The document stresses the importance of relevant construction experience, particularly within the European Union and NATO contexts. Contractors must specify their role, whether as a Prime Contractor, Joint Venture, or Key Subcontractor, and explain how their contributions enhance experience credit. The submission must also include signed commitment letters from Key Subcontractors for credit acknowledgment. Overall, the document serves as a guideline for qualifying contractor experience for a government RFP, ensuring compliance with criteria that align with military and construction standards.
Dec 23, 2024, 11:05 PM UTC
Dec 23, 2024, 11:05 PM UTC
The document provides instructions for registering and using the ProjNet Bidder Inquiry System related to U.S. Army Corps of Engineers (USACE) projects. It outlines the step-by-step process for new users to create an account, emphasizing the need to remember the chosen Secret Question and Answer for future logins. Once registered, users can access the system to submit inquiries regarding specific projects. Importantly, the document notes the deadline for new inquiries to ensure timely responses and potential changes to solicitations. It encourages offerors to thoroughly review the entire Request for Proposal (RFP) and previously answered inquiries before submitting new questions. Additionally, contact information for the ProjNet call center is provided to assist users during weekdays. This structured approach aims to streamline communication between bidders and the agency, enhancing the proposal process for infrastructure and contracting projects.
Dec 23, 2024, 11:05 PM UTC
The document presents various samples of Letters of Commitment essential for federal government proposals, specifically regarding the use of subcontractors, team members, or affiliates in contract execution. Each sample outlines conditions under which a Prime Contractor can receive credit for the experience or past performance of their selected partner. Three alternatives are provided: 1. **Subcontractor Commitment** - Describes the relationship and services provided by a subcontractor under the contract. 2. **Team Member Commitment** - Details contributions from a team member that support the Prime Contractor's performance. 3. **Affiliate Commitment** - Specifies roles and contributions of an affiliate associated with the Prime Contractor. Each letter requires specific work descriptions and prohibits substitutions for the listed partners without prior contracting officer approval. The letters become null if the Prime Contractor is not awarded the contract. This structured approach highlights the government's stringent requirements for collaboration and past performance acknowledgment in contractor proposals, ensuring clarity and accountability in project execution.
Dec 23, 2024, 11:05 PM UTC
The document is a Bank Letter of Assurance issued to the US Army Corps of Engineers for the solicitation W912GB25R0011, pertaining to the construction of the MSA Facility at NSIP Powidz. It serves as a formal assurance from a bank, confirming that it will provide a Bank Letter of Guaranty for the contractor if awarded the contract. The guaranty amount is specified as 10% of the proposed price by the contractor. The letter stipulates that the Bank Letter of Guaranty will be provided within seven days post-contract award, complying with the conditions outlined in the solicitation. Additionally, the bank affirms the contractor's capability to obtain further guaranty in adherence to Federal Acquisition Regulation Clause 52.228-2. This document emphasizes the bank's role in ensuring financial backing for the contract, highlighting its importance in the federal procurement process.
Dec 23, 2024, 11:05 PM UTC
The document is a sample Bank Letter of Guarantee intended for use by the US Army Corps of Engineers in conjunction with government contracts. The letter serves as a financial guarantee from a bank on behalf of a contractor, ensuring that payment will be made to the contracting office in the event the contractor fails to fulfill their contractual obligations. It specifies that the bank will pay a sum equal to 10% of the contract amount upon request from the contracting officer, with conditions detailed regarding the payment process and obligations. The document allows for modifications to the contract without requiring bank consent, yet maintains the guarantee's validity and outlines its duration, which extends until the project is accepted by the government, then remains in effect for a reduced amount. The letter emphasizes the bank's commitment to the contractor's performance under the contract for the construction of a Munitions Storage Area in Powidz, Poland. Overall, this document is critical for ensuring compliance and financial security in federal contracting, illustrating the importance of guarantees in government procurement processes.
Dec 23, 2024, 11:05 PM UTC
This document outlines the procedures and requirements for calculating the cost of self-performed work by a prime contractor in response to federal and state RFPs. It includes sections for describing the scope of work, and provides a detailed calculation format that distinguishes between total bid price and various subtractive elements such as design costs and general overhead. Key definitions clarify what constitutes self-performed work, emphasizing that it must involve the prime contractor's own employees, equipment, and materials, excluding subcontracted services and associated indirect costs. Additionally, it outlines how to determine the percentage of self-performed work relative to the total contract work. The form also requires certification of the accuracy of the information provided. This document serves to ensure transparency and accountability in contractor pricing and work execution, aligning with government procurement policies and ensuring compliance with performance requirements in contractual agreements.
Dec 23, 2024, 11:05 PM UTC
The document is a Request for Proposal (RFP) for the construction of a Munitions Storage Area (MSA) at Powidz Air Base, Poland. It outlines that the U.S. Army Corps of Engineers seeks to award a firm-fixed-price contract to eligible firms from NATO member nations. The selection process will use a Best Value Tradeoff Evaluation, aiming for superior quality and value. Contractors must complete the work within 1,020 calendar days from the Notice to Proceed, with specific requirements for performance and payment bonds. Proposals must include various detailed information, especially regarding technical approach, past performance, and project scheduling. Communication is facilitated through the ProjNet system for inquiries, and proposals are to be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE). Given the substantial anticipated construction costs, which range between $100 million and $250 million, strict adherence to submission guidelines and qualifications is crucial for eligibility. This RFP emphasizes the importance of participating exclusively firms based in NATO countries and outlines a rigorous bidding and evaluation process to ensure the project’s successful execution.
Nov 12, 2024, 11:23 AM UTC
The document pertains to the U.S. Army Corps of Engineers (USACE) concerning personnel access requests at Powidz Airbase. It outlines specific formatting and submission guidelines for individuals applying for access, including details about personal information to be provided, such as name, rank, organization, citizenship, and clearance status. The instructions specify that all entries must be completed in capital letters and center-justified. Key points include the submission process, which requires sending the completed forms to a designated email and includes a physical address for reference. The document also distinguishes between the different categories of personnel, namely U.S. Soldiers, civilian employees, and Army contractors, highlighting their respective status on the forms. Improper handling of personal data is avoided through a reference to the Privacy Act, indicating sensitivity to privacy issues related to access requests. This document plays an important role in maintaining security protocols while facilitating personnel management at the military base, emphasizing compliance with federal standards for access requests and personnel data management.
Dec 23, 2024, 11:05 PM UTC
The document is a directory of professionals involved in various construction-related organizations, primarily in Poland, participating in federal requests for proposals (RFPs). It includes names, positions, and organizations of individuals such as project managers, directors, and engineers from companies like Eiffage, Warbud S.A., and Budimex S.A. The list serves as a resource for identifying key personnel in the construction sector who may be relevant for government contracting opportunities. This can facilitate collaboration and engagement in response to federal grants, RFPs, and state/local RFPs, indicating an organized approach to managing construction projects and understanding the capacities of different firms. The document is marked with a note confirming that it does not contain sensitive information, which may imply compliance with privacy regulations while providing necessary contact and professional details for governmental considerations. Its structure is straightforward, categorized by last name and supplemented with roles that highlight professional expertise within the sector. Overall, the document underscores the connectivity between government contracting and the professional landscape of construction in Poland.
Lifecycle
Title
Type
Solicitation
Special Notice
Similar Opportunities
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.
Beddown Site Preparation Project - Rygge, Norway
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE) Europe District, is conducting market research for a potential firm-fixed-price contract for the Beddown Site Preparation Project in Rygge, Norway. This project aims to provide essential site improvements and utility connections to support the development of base expeditionary airfield resources (BEAR) for 576 personnel, including the installation of various shelters and utility systems. The anticipated construction value ranges from $5 million to $10 million, with a contract award expected around September 2025, following a solicitation release in June 2025. Interested vendors should submit their capabilities statements to Andrew Cochran and Ryan Fernandez via email, referencing W912GB25X16H7, and ensure they are registered in SAM for eligibility.
Construction of Energetic Waste Incinerator (EWI) complex, Lake City Army Ammunition Plant (LCAAP), Missouri
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified firms for the construction of a new Energetic Waste Incinerator (EWI) complex at the Lake City Army Ammunition Plant (LCAAP) in Missouri. This Design-Bid-Build (DBB) contract aims to replace the existing Building 97 and associated storage facilities with a state-of-the-art facility designed for the safe disposal of energetic materials, including an incinerator building, Earth Covered Magazines for environmental waste storage, and a Slurry Building for handling various contaminated materials. The project, valued between $250 million and $500 million, is crucial for maintaining safety and efficiency in the disposal of military energetic waste. Interested parties must submit their qualifications by May 5, 2025, to David Miller at david.f.miller@usace.army.mil, and are encouraged to register for an upcoming informational webinar by contacting both David Miller and Michael France.
Design-Build (DB) Design-Bid-Build (DBB) Construction Multiple Award Task Order Contract (MATOC) in Support of U.S. Defense Forces within T�rkiye
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking contractors for a Design-Build (DB) and Design-Bid-Build (DBB) Construction Multiple Award Task Order Contract (MATOC) to support U.S. Defense Forces in Türkiye. This procurement aims to provide comprehensive construction services, which are critical for maintaining and enhancing military infrastructure in the region. Interested firms should note that the solicitation details are available in the attached documents, and they can reach out to Leah Beyer at leah.m.beyer@usace.army.mil or Ryan Fernandez at RYANDALE.R.FERNANDEZ@USACE.ARMY.MIL for further inquiries. The NAICS code for this opportunity is 236220, and the PSC code is Y1JZ, indicating a focus on commercial and institutional building construction.
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.
Design-Bid-Build Construction of an Army Reserve Center (ARC) at Dobbins Air Reserve Base (ARB), Georgia
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the Design-Bid-Build construction of a new Army Reserve Center (ARC) at Dobbins Air Reserve Base in Georgia. The project encompasses the construction of a training building, a Vehicle Maintenance Shop (VMS), and an Unheated Storage Building (USB), along with supporting facilities such as paving, landscaping, and utility connections. This initiative is crucial for enhancing military infrastructure and operational capabilities, with an estimated construction cost between $25 million and $100 million and a contract duration of approximately 900 calendar days from the Notice to Proceed. Interested contractors must submit proposals by May 6, 2025, and can obtain further details and amendments through the Contract Opportunities website, with Bonny Dylewski serving as the primary contact at bonny.c.dylewski@usace.army.mil.
Presolicitation Notice for FY25 CAP UPH Barracks, Smith Barracks, Baumholder
Buyer not available
The Department of Defense, specifically the Department of the Army, is preparing to solicit bids for the construction of barracks under the FY25 CAP UPH project at Smith Barracks in Baumholder, Germany. This presolicitation notice indicates a need for residential building construction services, focusing on the development of family housing facilities. Such projects are crucial for maintaining adequate living conditions for military personnel and their families stationed overseas. Interested contractors can reach out to Lorraine Laurente at lorraine.q.laurente@usace.army.mil or Bjorn T. Hale at bjorn.t.hale@usace.army.mil for further information, with the procurement process expected to unfold in the coming months.
Birzai Fire and Rescue Station Reno, Lithuania
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking contractors for the renovation of the Fire and Rescue Station in Birzai, Lithuania, under a design-build contract. The project aims to enhance the facility's operational capabilities by implementing structural improvements, including the installation of thermal insulation, waterproofing, drainage enhancements, and upgrades to existing rooms, while ensuring compliance with local building codes and safety standards. This initiative reflects a collaborative effort between the United States and Lithuania to bolster local emergency services and public safety infrastructure. Interested contractors must register for a pre-proposal site visit by March 31, 2025, and the estimated contract value ranges from $250,000 to $500,000, with a performance period of one to two years post-award. For further inquiries, contact MAJ Marcus Stringer at marcus.d.stringer@usace.army.mil or SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil.
P720 EDI: Missile Magazines, Naval Station Rota, Spain
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is soliciting proposals for the construction of missile magazines at Naval Station Rota, Spain, under the project titled "P720 EDI: Missile Magazines." This procurement involves the construction of four Type D Earth Covered Magazines, a Forklift Charging Station, and related facilities, with a focus on enhancing operational capabilities for military use. The project is significant for national defense, with a funding range estimated between $25 million and $100 million, and requires completion within 1,322 calendar days from the notice to proceed. Interested contractors must submit their proposals by May 21, 2025, and can direct inquiries to Brittany Briggs at brittany.d.briggs2.civ@us.navy.mil or Kathleen Delashmitt at kathleen.a.delashmitt.civ@us.navy.mil for further information.
Construct Fire Base - Youngstown ARS, OH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the construction of a new Base Fire Station at Youngstown Air Reserve Station in Ohio. This Design-Bid-Build project, identified as P2: 513392, encompasses the demolition of an existing structure and the construction of a 24,500 square-foot facility, which will include dorm rooms, offices, and vehicle bays, with an estimated project cost ranging from $10 million to $25 million. The initiative aims to enhance safety infrastructure at military facilities while adhering to stringent federal standards and regulations, including compliance with various building codes and safety protocols. Interested contractors must submit their proposals electronically by April 29, 2025, and are required to begin construction within 10 days of award, with project completion expected within 790 days. For further inquiries, contact Seth Dukes at seth.j.dukes@usace.army.mil or Meranda Booth at meranda.r.booth@usace.army.mil.