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) W5J9JE25R0019 for Renovate Hasakah Women’s Detention Facility, Al Hasakah, Syria.
NOTE: This is ONLY A NOTIFICATION that a solicitation is anticipated and forthcoming; no proposals are being accepted. The subsequent solicitation will result in a C-Type Stand-alone contract.
PROJECT SCOPE: This is a construction contract for the design and construction of the Hasakah Women’s detention facility in Al Hasakah, Syria. Work consists of site improvements, existing facility renovations, and construction of new facilities.
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): Y1FF, Construction of Penal Facilities
NAICS: The North American Industry Classification System (NAICS) code is 236220 – Commercial and Institutional Building Construction, with size standard of $45M.
TYPE OF SET-ASIDE: Due to the complexity, sensitivity of this acquisition, and location of this project, an approved vendor’s list is already established for Syria.
There are specific requirements to conduct business in the Eastern Syrian Security Area (ESSA) comprised of the North and East sections of Syria. Offerors must be on the
Syrian Monitoring and Evaluation Committee’s (SMEC) (from here on forth referred to as the “Committee”) approved vendor list in order to perform work within the ESSA. Firms interested in this requirement are highly encouraged to register in advance of the solicitation issuance date with the Syrian Monitoring and Evaluation Committee.
MAGNITUDE OF CONSTRUCTION PROJECT: In accordance with FAR 36.204, the magnitude of construction is between $1,000,000 and $5,000,000.
PERIOD OF PERFORMANCE: The period of performance is 540 Calendar Days after the issuance of the notice to proceed.
ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 16 July 2025. Approximate closing date is on or about 15 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): PROPOSED NEW LANGUAGE: 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 comprised of representing the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity. comprised of 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, Ms. Valerie Murphy, whose e-mail address is [email protected] , and Contract Specialist, Ms. Kisha Cook, e-mail address [email protected].