Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOURCES SOUGHT

Y -- ROTARY WING PARKING APRON, W912ER-11-R-0047

Notice Date
1/14/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER11R0047
 
Response Due
1/21/2011
 
Archive Date
3/22/2011
 
Point of Contact
Keith Joseph, 5406652658
 
E-Mail Address
USACE Middle East District
(keith.joseph@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this notice is to gain knowledge of potential qualified business concerns, both US and Foreign, capable of performing Commercial and Institutional Building Construction in Afghanistan. As the work will be performed outside of the continental U.S., no set asides or socioeconomic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under 236220 Commercial and Institutional Building Construction. It is anticipated that a solicitation announcement will be published in the Federal Business Opportunities on or about 22 Feb, 2011. The contract will consist of multiple Contract Line Item Numbers (CLINS), which are Firm Fixed Price with additional options. The estimated cost of this Design Build project is between $1,000,000 and $5,000,000 with an approximate duration of 270 days period of performance after award of the contract or Notice to Proceed. The United States Army Corps of Engineers has the requirement to Construct Rotary Wing Parking Apron at Airborne, Afghanistan. Construct a Rotary Wing Parking Apron. Primary facilities include concrete parking pads for four rotary-wing aircraft, with associated grounding points and tie-downs. Barriers will be capped with concrete to minimize fill erosion. Supporting facilities includes site improvements, lighting, utilities, and other necessary measures. Antiterrorism/Force Protection measures will be included. Response Requirements: All interested firms should complete the attached Capability Statement and return it via e-mail to keith.joseph@usace.army.mil and Pamela.d.gillum@usace.army.mil in the following format: Submission should be received by 1600 Eastern Standard Time, Dec 10, 2011 and should not exceed two (2) one-sided, 8-1/2 X 11 pages. The submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to SFC Joseph, Keith,Contract Specialist at 540-665-2658, keith.joseph@usace.army.mil, and Pamela Gillum, Acquisition Management Specialist at 540-665-3609 (Pamela.d.gillum@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER11R0047/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02361056-W 20110116/110114234524-a5b74906b6780ed8424330541007b8a2 (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.