Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2011 FBO #3470
MODIFICATION

Y --

Notice Date
5/24/2011
 
Notice Type
Modification/Amendment
 
NAICS
237120 — Oil and Gas Pipeline and Related Structures Construction
 
Contracting Office
USACE District, Kabul, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W5J9JEPIPELINE
 
Response Due
6/4/2011
 
Archive Date
8/3/2011
 
Point of Contact
Cherita, Phone: 5407224386
 
E-Mail Address
cherita.l.williams@usace.army.mil
(cherita.l.williams@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis/Market Survey, with the results to be used for preliminary planning purposes to gain knowledge of interest, capabilities, and qualifications from interested general construction contractors who have the resources to perform the anticipated requirements. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Afghanistan Engineer District-North, plans to solicit for a Firm Fixed Price Construction project that includes, but is not be limited to, planning, design, management and construction activities associated with procuring and installing natural gas pipeline (90KM/0.325M OD)with a wall thickness of 0.9 cm and X-42 grade of steel to the specification in order to provide a safe and reliable method of moving gas from the Shebgerhan gas fields to the Northern Fertilizer and Power Plant Facility near Mazar-i-Sharif. Requirements: Major tasks required of the Contractor include the following: 1) Procuring, shipping, unloading, and storing pipe at a site secured by the Contractor. 2) Provide all equipment, labor, welding including cathodic protection and other skilled and unskilled personnel to install the pipeline to specifications. 3) Senior construction personnel who are fluent in English. The construction foreman and the majority of welders should have at least 5 years of experience on pipelines. All supervisory personnel and welders should have at least 5 years of general construction experience. 4) Have the ability to install a natural gas dehydration requiring expertise in installing concrete, pipe fittings, welding, and experience assembling and installing skid mounted gas processing equipment. 5) Provide a design for the construction of a bridge from which the pipeline can be suspended. The pipeline will be suspended over the Balkh River and the 2 irrigation structures on the east side of the Balkh River. Anticipated Period of Performance: The anticipated period of performance is October 1, 2011 - September 30, 2012 IAW with DFARS 236.204, the dollar magnitude of this construction project is between $25,000,000.00 and $100,000,000.00. The prime contractor must demonstrate that they have the capability to perform 25% of the contract work with his/her own employees. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237120. Responses to this Sources Sought Synopsis/Market Survey shall be limited to ten (10) pages and shall include the following information at a minimum: 1. Offeror's name, address, points of contact, phone numbers, and e-mail addresses 2. Offeror's interest in bidding on the solicitation. 3. Offeror's capability to successfully perform a contract of this magnitude and complexity. Provide at least three (3) examples of offeror's in-house capability to execute comparable construction projects work within the past three (3) years, to include a brief description of the project, customer name, points of contact (e-mail and telephone), timeliness of performance, customer satisfaction, and dollar value of the project. 4. Offeror's Joint Venture (JV) information, if applicable. (existing and potential JV). 5. Familiarity with DBA Insurance and processing of claims. 6. Offeror's Bonding Capability. 7. A list of all current on-going projects, percentage of work completed, dollar amount, complexity, projected finish date. 8. Describe the offeror's knowledge and availability to work in the proposed geographical area (i.e., Kabul, Afghanistan). Interested offerors shall respond to the Sources Sought/Market Survey no later than 5 June 2011 All interested offerors, to include JV's shall be registered in CCR prior to award. All responses to this request shall be submitted via e-mail to: Cherita Williams at Cherita.L.Williams@usace.army.mil and Robert Winne at Robert.m.Winne@usace.army.mil. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. Respondents will be added to the prospective offerors list for any subsequent solicitation. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/30c5503da9f9fe4ffebb34e7b8429625)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02456258-W 20110526/110524235258-30c5503da9f9fe4ffebb34e7b8429625 (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.