Federal Contract Opportunity

Last Updated on 16 Jun 2025 at 3 AM
Solicitation
Location Unknown

Kazreg Bitimger Dormitory Almaty, Kazakhstan

Details

Solicitation ID W5J9JE-25-N-0003
Posted Date 16 Jun 2025 at 3 AM
Response Date 20 Jul 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W31r Endist Afghanistan North
Agency Department Of Defense
Location Kazakhstan

Possible Bidders

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sign up to access Documents

Signup now

ACTION TYPE: This is a pre-solicitation notice, there is no Request for Proposal (RFP) or related documents at this time. The U.S. Army Corps of Engineers (USACE), Transatlantic Expeditionary Division (TAE) intends to issue a Request for Proposal (RFP) W5J9JE25R0009 for Kazreg Bitimger Dormitory, Almaty, Kazakhstan.

PROJECT SCOPE: The work consists of conducting a survey and site investigation, architectural and engineering design of a new Metal Building System (MBS) dormitory building, demolition of existing concrete paving, grubbing and grading, construction of a new 2-story steel-framed dormitory building clad in insulated metal panels for roof and walls, new driveway paving, a complete air conditioning system using radiant heaters, split pack HVAC units with adequate mechanical ventilation, and new utilities connections for electrical power, water, and sewer. The new dormitory building must have windows, doors, awnings, two (2) interior metal stairs, sleeping rooms, restrooms, shower rooms, a laundry space, a gym, and supporting mechanical and electrical spaces.

CONTRACTING PROCEDURES & TYPE OF CONTRACT: This acquisition will be solicited using FAR Part 15, Contracting by Negotiations Procedures for award of a Firm-Fixed-Price (FFP) contract.  The Government intends to issue the solicitation using full and open competitive procedures.  No set asides or socioeconomic preference will be granted as the work will be performed outside of the continental United States.  The Government anticipates use of the best value trade-off source selection process.  This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest prices proposal or other than the highest technically rated proposal to achieve a best-value contract award.

PROJECT SERVICE CODES (PSC): Y1FC, Construction of Troop Housing Facilities

NAICS:  The North American Industry Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction, with size standard of $45M.

DISCLOSURE of the MANITUDE OF CONSTRUCTION: $1,000,000.00 to $5,000,000.00.

ANTICIPATED SOLICITATION RELEASE DATE:  The Government anticipates releasing the solicitation on or about 08 July 2025. Approximate closing date is on or about 07 August 2025.  Actual dates and times will be identified in the solicitation.  Additional details can be found in the solicitation when posted. 

SOLICITATION WEBSITE:  The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Sam.gov and Procurement Integrated Enterprise Environment (PIEE) website, https://piee.eb.mil  Paper copies of the solicitation will not be issued.

Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register in PIEE and in SAM.gov.  Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation.

If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation.

REGISTRATIONS REQUIREMENTS: 

1.  SYSTEM FOR AWARD MANAGEMENT (SAM):  In accordance with FAR 4.1102, unless an exemption applies, offerors are required to be registered in SAM at the time an offer or quotation is submitted to comply with the annual representations and certifications.  Offerors must continue to be registered in SAM until at time of award, during performance, and through final payment.  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 for each separate entity representing the JV.  Information on SAM is available at https://sam.gov.

2.  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/.   

3.  PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No other transmission method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) will be accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/.

POINT OF CONTACTS:  Contracting officer, Mr. Christopher R. Preston, whose e-mail address is [email protected] , and Contract Specialist, Ms. Kisha Cook, e-mail address [email protected].

Similar Awards

Location Unknown 25 Sep 2013 at 12 PM
Location Unknown 28 Oct 2019 at 7 PM
Lackland air force base Texas 20 Sep 2018 at 1 AM
Lackland air force base Texas Not Specified
Dayton Ohio Not Specified