Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2005 FBO #1324
SOLICITATION NOTICE

E -- The furnishing of the Judicial Center Temporary Holding Facility  Counter Narcotics Program - intended for the arraignment, trying and general detention of war detainees in Kabul, Afghanistan.

Notice Date
7/10/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Corps of Engineers, Afghanistan, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W917PM-05-R-0014
 
Response Due
7/22/2005
 
Archive Date
9/20/2005
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Contract Specialist: renee.williams@tac01.army.mil Contracting Officer: edna.sheridan@tac01.usace.army.mil NAICS code: 421390  Prefabricated buildings (except wood) wholesaling. SCOPE OF WORK This solicitation requires the furnishing of a temporary holding facility consisting of three modular buildings: one kitchen, dining/recreation and administrative complex, and two fourteen-unit cell wings. Site is located northwest of the existing Intern ational Airport in Kabul, Afghanistan. (Contact Renee' Willis-Williams at email address: renee.williams@tac01.usace.army.mil for layout plan for approximate site location and information only). All buildings for this temporary holding facility shall be modular and shall be procured under this solicitation. Contractor shall be responsible for coordinating with site manager the location and installation of foundation and utility connections for pr oposed modular buildings. Contractor shall provide delivery of the following: Building Number 1 - Is a modular building that will house the kitchen, dining/recreation area and administrative area. This dining/recreation area should be dual purpose, doubling as a recreation area during inclement weather. Furthermore, this building shall provide the following functions: a. sally port  space for processing of up to four (4) detainees simultaneously b. detainee holding area  space for processing of up to four (4) detainees simultaneously c. security office  space for up to two (2) administrators d. guard lockers / latrine  space for six (6) lockers, three (3) eastern style floor latrines, and two (2) lavatories. e. enclosed/conditioned common courtyard/recreation/dining space for a maximum of fifty-six (56) detainees f. laundry  space for two (2) clothes washers, two (2) clothes dryers and one (1) laundry sink g. dining  space to comfortably accommodate serving of up to fifty-six (56) detainees h. washroom  space with two (2) wall mounted lavatories; one (1) accessible shower unit with bench and flexible hand held showerhead; two (2) standard shower units i. food preparation  with one (1), three (3) bowl stainless steel commercial grade sink j. food storage  space for sufficient and efficient storage of food for one week at maximum occupancy. Building Number 2 and Building Number 3 are identical and consist of fourteen (14) separate cells which open into a common hallway. Each cell must have an eastern style toilet which must be oriented north  south. Holding cells shall be double occupancy w ith the following built-in amenities: bunk bed, eastern style toilet, and lavatory. All fixtures shall meet current American Correctional Association (ACA) standards. A Utility corridor shall be provided directly adjacent to the holding cells for ease o f maintenance, but which would not compromise security. Sprinkler System - The facility must also have a workable fire protection plan which consists of a sprinkler system that is capable of being connected to a large capacity water tank provided by another contractor. The sprinkler system must be fully contai ned. Transportation to the Project Location: It shall be the responsibility of the Contractor to make their own investigation of the required transportation assets and their ability to transport the modular facilities to the project location. Prospective offer ors must check available roads and their conditions (load limits of bridges and roads, and other road conditions) which may affect transportation from the aerial or sea port to the project site. Additional Information: Contractor shall be responsible for making the final connections to foundation and utilities. The facility shall meet latest standards with the following exceptions: The modular units must contain all the required utilities which support the facility including lighting, HVAC, plumbing and electrical. Gener al lighting shall meet recommendations from Illuminating Engineering Association of North America (IESNA) for each building type and function within each building. Each two (2) person cell shall have 4.27 square meters (46 square feet) of unencumbered spa ce [ACA standards require 4.6 square meters (50 sq ft) for each two person cell]. Contractor is responsible for coordinating with Site Coordinator utility and foundation connections, product data as required throughout approval process, modular plans and shop drawings. Fire pumps and diesel fuel tank shall be skid mounted within a watertight enclosure; with fire pumps and skid enclosures to be provided under this solicitation. Water and sanitary sewer systems within site and outside of buildings, includi ng lines, shall be furnished by others and will include capped stub ups for connection of modular buildings furnished within this solicitation and others. Note: The standards also state the following which will not be provided or required under this solicitation: writing surface and stools, coat hooks, shelves, mirrors and cells themselves not being handicapped accessible. All work required under this con tract shall be completed not later than eighty-eight days (88) after award. The overall project consists of the development and placement of a new Judicial Center with multiple components, Administrative building/Courthouse, Guard Towers, and the Holding Facilities. The Site Coordinator for the Judicial Center Project will coordi nate all contractor activities pertaining to schedules and security. The contracted Site Coordinator is responsible for maintaining the security of on site personnel, materials and equipment commensurate with the circumstances involved. Others will condu ct site preparation prior acceptance and delivery of the buildings. Others will provide foundations for the buildings furnished under this contract. Others will provide utilities and any other site work features described herein to support the developed site. PROPOSAL PREPARATION 1. The solicitation is issued as a Request for Proposal (RFP). 2. Offeror shall submit prices on all items in U.S. Dollars. 3. This contract will be awarded as a turn key job. 4. The contractor submissions shall consist of two parts: Management/Technical and Cost/Price; each to be submitted in the following format: one (1) original and three 3) copies of Management/Technical Proposal and one (1) original and (1) copy of Cost/Price Proposal. All documents shall be submitted by DHL, FEDEX, UPS or any other couri er service: To: AFGHANISTAN ENGINEER DISTRICT Judicial Center  Temporary Holding Facility ATTN: Contracting Office U.S. Army Corps of Engineers, (AED) APO AE 09356 Past Performance Submission Instructions: 1. Offeror Name: 2. Date: 3. Contract Amount $ 4. Company Name and Phone#: 5. Contract Number: 6. Period of Performance: 7. Brief Description: 6. The contents and organization of the cost price submission is as follows: PRICE PROPOSAL The Contractor shall provide a price for all items. Proposals shall include supporting data in sufficient detail for each Contract Line Item (CLIN) to allow for reasonable evaluation. The contractor shall complete and submit with proposal, clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (MAR 2005) ALTERNATE I (APR 2002) located in clauses section. CLIN 0001 Informational - Deliver Three New Modular Buildings Counter Narcotics Program - Justice Center, Detention Facility NET AMT $ FOB: Destination CLIN 0002 Building Number one(1) - Modular Laundry Kitchen, Dining/Recreation Area/Holding Area/Guard Locker Room NET AMT $ FOB: Destin ation CLIN 0003 Building Number Two (2) - Fourteen (14) Cell Modular Prison NET AMT $ FOB: Destination CLIN 0004 Building Number (3) - Fourteen (14) Cell Modular Prison NET AMT $ FOB: Destination CLIN 0005 Sprinkler System NET AMT $ FOB: Destination CLIN 0006 Transportation NET AMT $ FOB: Destination PROPOSAL EVALUATION AND CONTRACT AWARD PART 1  GENERAL 1.1 BASIS FOR AWARD: The Government intends to make one (1) Firm Fixed Priced Award. The Government intends to award without discussions and requires that an offeror submit their best proposal in response to subject request for proposal (RFP). The award will be made to the offeror whose proposal represents the best overall value to the Government. Competing proposals will be evaluated against the requirements of the solicitation in order to assess strengths, weaknesses and associated risks, and deficienci es. The non-pricing factors will assign ratings to each using the adjectives of excellent, good, satisfactory, marginal, and unsatisfactory. Risk evaluations will be made based upon the adjective ratings of low risk, medium risk, or high risk. The pricing factor will not be assigned adjective ratings but will have risk assessments made. The tradeoff process of evaluation between non-pricing and pricing aspects of the offerors presentations will be used to determine those offers that should result in award of a contract. Implicit in the Governments evaluation and selection process is its willingness to accept other than the lowest priced offers. Proposals will be reviewed to determine if they contain the required minimum procurement and technical data. Inco mplete proposals may be eliminated. All forms shall be filled in and all requested data must be provided. After compliance review, the SSB will begin evaluating the factors set forth herein. The price/cost proposal information will be evaluated (not scored ) with regard to reasonable and complete pricing. If necessary, a competitive range may be determined. The competitive range will consist of all proposals which are considered to have a reasonable chance of being selected for award. The Government may rej ect any or all proposals and waive minor informalities or minor irregularities in proposals. Proposals will be evaluated by an independent Source Selection Board (SSB). The SSB will be composed of Corps of Engineers employees. Identities of Board members are confidential and members will not be available for contact or discussion prior to submissi on of proposals. All questions must be submitted in writing by 15 July 2005 to email recipients: renee.williams@tac01.usace.army.mil and clyde.hunt@tac01.usace.army.mil. 1.2 EVALUATION FACTORS: The Management/Technical Proposal categories below correspond to the specified evaluation criteria. They are listed in descending order of importance with Factor 1 the most important and the Factor 3 being the least important. Past performance will be eval uated by contacting references for indications of customer satisfaction and review of performance evaluations provided by the offeror or obtained by the Government. In the event that an offeror does not have a record of past performance, a written explanat ion of the reasons why no record is available is requested. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. A neutral rating with unknown risk will be assigned 1.3 Management/Technical/Cost Proposal Evaluation Criteria: Factor 1: OFFEROR EXPERIENCE The evaluators will rate the contractors demonstrated experience with holding facilities produced in accordance with ACA standards and organization of team member responsibilities and the management of the project. Factor 2: PAST PERFORMANCE (See submission instructions in proposal preparation section.) The Government wi ll evaluate the Past Performance of the contractor and the proposed team, including major subcontractor(s), on similar holding facilities, and relevant projects (type of product, dollar value, complexity etc.,) Successful completion of similar projects wil l receive a higher rating than those with dissimilar or non relevant projects. Factor 3: COST / PRICE The Government will evaluate cost breakdown data which matches the shown Contract Line Item Number (CLIN) structure of cost elements in the solicitation instructions for best value. 1.4 PROJECT SCHEDULE: Overall time constraints are required and cannot be changed except by contract modification. Prospective offerors shall be required to submit a complete delivery schedule that meets or exceeds Governments overall time goal of eighty eight (88) days from d ate of award. Questions will be accepted until 15 July 2005. 1.5 STATEMENT: This solicitation document and incorporated provisions and clauses are those in effect at the time of issuance of the request for proposal. CLAUSES INCORPORATED BY REFERENCE 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2005) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 2005) ALTERNATE I (APR 2002) 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JAN 2005) Full Solicitation Attachments are on: HTTP://WWW.MVN.USACE.ARMY.MIL
 
Place of Performance
Address: U.S. Army Corps of Engineers, Afghanistan Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
Country: AF
 
Record
SN00844274-W 20050712/050710211556 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.