Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 27, 2010 FBO #3229
SOLICITATION NOTICE

Y -- Small Arms Training Range, Gardez Afghanistan

Notice Date
9/25/2010
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kabul, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W5J9JE-10-R-0119
 
Response Due
11/11/2010
 
Archive Date
1/10/2011
 
Point of Contact
Daisy DuBose, 540 667 5520
 
E-Mail Address
USACE District, Kabul
(daisy.l.dubose@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE 25 September 2010 General Information: Document Type:Pre-solicitation Notice Solicitation Number:W5J9JE-10-R-0119 Classification Code:Y -- Construction of Structures and Facilities Set Aside:None NAICS Code:236220 Commercial and Institutional Building Construction Contracting Office Address: United States Army Corps of Engineers Afghanistan District North, Operation Enduring Freedom APO, AE 09356 Description: The U.S. Army Corps of Engineers (USACE), Afghanistan North District (AEN) plans to solicit offers for the Design and Construction of two range complexes. A corps range consisting of eight (8) new ranges and a small arms range consisting of three (3) ranges with an option for an Un-exploded Ordnance and Demolition Pit with related roads and support facilities for the Afghanistan National Army at Camp Thunder, Gardez, Afghanistan. The project is defined as design, material, labor, and equipment to construct buildings, parking, and other infrastructure: observation towers, covered mess areas, non-potable water system with non-potable water storage tank, latrine facilities, graveled road, parking areas and graveled walkways, classrooms, weapon breakdown and ammo distribution building, range control/ security office facility, connex storage building, covered bleachers, guard shack/entry point, and fencing to control and protect range support facilities. Additional overall requirements include earthwork to build erosion control structures, construct and mark berms, and provide electric power. The contractor shall provide and install targets for all ranges. The contractor shall fill and grade the Pistol, Urban Asssault Course, and Hand Grenade Range. This grading and the grading for backstop berms as required shall be completed only after the final phase of the demining is completed. The contractor shall construct all the berms and areas to be filled with material located onsite. The work within this contract shall meet and be constructed in accordance with current U.S. design and International Building Codes (IBC), Life Safety Codes 9NFPA-101), and Force Protection and Security Standards. A partial listing of reference is: IBC, International Building Code 2003 NFPA 101, Life Safety Codes UFC 4-010-01, DoD Minimum Anti-Terrorism Standards for Buildings. The magnitude of this project is anticipated to be between $5,000,000.00 and $10,000,000.00 USD. The period of performance will be 440 days plus applicable possible weather day delays. The RFP will be available for download at www.fbo.gov on or about 12 Oct 2010. Proposals will be due on or about 11 November 2010. This contract will be solicited and procured using Lowest Price Technically Acceptable methodology in accordance with U.S. Federal Acquisition Regulation (FAR) Subpart 15.101-2. The Government intends to select one (1) offeror for this contract however; the Government reserves the right to select none. The solicitation will be issued in electronic format only. Paper copies of the solicitation will not be available. Other methods of requesting a package will not be honored. Offerors must register in the Central Contractor Registration (CCR) at www.ccr.gov prior to submission of proposals. Proof of registration will be required as part of the proposal submission package. The solicitation will be posted to FedBizOpps at www.fbo.gov and is available to contractors without charge. Offerors can search for the solicitation by solicitation number. Offerors can register to be put on an interested vendors list that others can access through the FedBizOpps site. It is each offerors responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. The evaluation factors are: A. FACTOR 1 - EXPERIENCE: The Government will review the Experience of the Offeror, including subcontractors and Joint Ventures. B. FACTOR 2 - KEY PERSONNEL: The Government will review the resumes provided. C. FACTOR 3 - SECURITY PLAN: The government will evaluate the Offerors draft Security Plan describing how they intend to meet the requirements found in Technical Specification Section. D. FACTOR 4 - PAST PERFORMANCE: The Government will review the relevancy of the Offerors Past Performance, including subcontractors and Joint Ventures. E. FACTOR 5 - AFGHAN CAPACITY DEVELOPMENT: The Government will review the Resume for the Afghan Capacity Development Manager and the Afghan Capacity Development Form. F. OTHER AWARD FACTORS: The Contracting Officer shall consider several factors in the selection process which are important, but not quantified, such as: (1) Agreement by the Offeror to all general and special contract provisions and clauses. (2) Determination of responsibility of the contractor by the Contracting Officer in accordance with the provisions of the Federal Acquisition Regulation, Part 9.1. In order to be determined responsible, a prospective contractor must: (a) Have adequate financial resources to perform the contract or the ability to obtain them. (b) Be able to comply with the required or proposed delivery or performance schedule taking into consideration all existing commercial and Governmental business commitments.; (c) Have a satisfactory performance record. (d) Have a satisfactory record of integrity and business ethics. (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them. (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them. (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations. G. PRICE: An evaluation for acceptability will be performed on each proposal in accordance with FAR 15.101-2 (b) (1). The proposal that provides either the lowest price within 25% above or below the Independent Government Estimate or within 25% above or below the average of all of the offers received and is technically acceptable in all factors will be selected for award. The evaluation factors will be described in more detail in the RFP. Award will be made to the offeror whose technical submittal and price proposal contains the combination of the criteria requested that offers the best value to the Government. Proposals shall include sufficient detailed information to allow complete evaluation. The government reserves the right to reject any and all offers. POINT OF CONTACT: Daisy DuBose Email your questions to: U.S. Army Corps of Engineers, AEN, Afghanistan at daisy.l.dubose@usace.army.mil Place of Performance: Gardez Corp and Small Arms Training Ranges, Gardez Afghanistan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df393352d3b5fae07d58ef4d96d967a7)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02297307-W 20100927/100925233931-df393352d3b5fae07d58ef4d96d967a7 (fbodaily.com)
 
Source
FedBizOpps 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.