SOURCES SOUGHT
Y -- Sources Sought - 205th Corps Well Emplacement, Camp Hero
- Notice Date
- 9/24/2011
- Notice Type
- Sources Sought
- NAICS
- 221310
— Water Supply and Irrigation Systems
- Contracting Office
- USACE District, Kandahar, 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR, APO AE, AF 09355
- ZIP Code
- 09355
- Solicitation Number
- W5J9LE-11-SS-0013
- Response Due
- 10/9/2011
- Archive Date
- 12/8/2011
- Point of Contact
- Richard Horton, 540-678-3063
- E-Mail Address
-
USACE District, Kandahar
(richard.d.horton@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Announcement: W5J9LE-11-SS-0013 205th Corps Well emplacement, Camp Hero This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers, Transatlantic South, Kandahar Air Field, Afghanistan (USACE-TAS), is seeking preliminary marketing information from capable and reliable sources. The proposed requirement is design and construction of potable water supply wells and related facilities for the Afghan National Army (ANA) garrison located in Camp Hero, Kandahar Province, Afghanistan. The Contractor shall connect the new water supply wells into the existing distribution system. This project will also include design and construction of a new water storage tank, construction of two or more well houses and well systems and, as an option to the government, properly decommissioning two existing shallow wells at Camp Hero. The water supply well(s) must provide potable water for 5000 people at Camp Hero, approximately 1,262,000 liters per day. The existing potable storage capacity is 1,000,000 liters; the required capacity for three (3) days of storage supply is 3,487,500 liters. The new water storage tank shall be connected to the existing tank. This effort is classified through the North American Industry Classification System (NAICS) under 221310, Water Supply and Irrigation Systems. Respondents are asked to provide a Statement of Capabilities and also, responses to each of the questions below. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a contract procurement action will be issued. However, USACE-TAS will utilize the information for technical and acquisition planning. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE-TAS to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. No solicitation exists; therefore, do not request a copy of a solicitation. Interested offerors must address the requirements of this RFI in a written form as described in the previous paragraphs by electronic mail to: Richard.D.Horton@usace.army.mil with a courtesy copy to TAS.Contracting@usace.army.mil, no later than 5:00 PM Kandahar, Afghanistan local time on 9 October 2011. Respondents must demonstrate knowledge and expertise providing the services identified above in an OCONUS (Outside the Continental United States) theater. Responses must reference the request for information, and contain the respondents commercial and government entity (CAGE) code, if available. 1) Company name, company mailing address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code, and size of your organization (i.e. Large Business, Small Business) using as the basis for your response. 2) Provide your ability to perform the services outlined above. At a minimum, please address the questions following in your response and identify the question number in your response. 3) How deep have you successfully drilled in Afghanistan and specifically in the South? 4) What type of drilling rig would you intend to use for this project, mud rotary or air rotary or other? 5) What geophysical methods do you employ to confirm lithology or types of soils and water bearing units? 6) What type of well screen do you use? 7) What types and brands of drilling fluids do you use? 8) What size air compressor do you employ for well development? 9) How do you determine water quality and what laboratory do you use? 10) How do you handle drilling waste? 11) What testing methods do you use to evaluate drilling fluids and monitor drilling fluid/mud characteristics? 12) What are your sources for filter pack materials, sizes, grout, and bentonite seals? 13) Is your company a foreign-owned/foreign-controlled firm? 14) Number of personnel employed by your firm? 15) Provide a copy of your firms AISA license. 16) Can you be mobilized in Kandahar, and successfully perform the scope of work within 60 days? 17) Does your organization have the resources to self perform over 80% of the work? 18) Provide detailed information on a minimum of two (2) contracts for similar work within the past three (3) years. Include complete references, contract titles, and dollar values, points of contact, email addresses, and telephone numbers. Contracts worked for USACE are preferred, if applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/62d96fc907acf723bf2007f71ab2a994)
- Place of Performance
- Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
- Zip Code: 09355
- Zip Code: 09355
- Record
- SN02591858-W 20110926/110924233942-62d96fc907acf723bf2007f71ab2a994 (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 |