Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

Y -- Design and Construction of the ANA 2/205 RCC/MP/Transient and Base Additions at Qalat, Zabul Province, Afghanistan

Notice Date
12/13/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-12-B-0006
 
Response Due
2/29/2012
 
Archive Date
4/29/2012
 
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
TRANSATLANTIC SOUTH (TAS) Firm Fixed Price Contract for Design and Construction of the ANA 2/205 RCC/MP/Transient and Base Additions at Qalat, Zabul Province, Afghanistan. Note: The term "Kandak" refers to the common Afghan terminology for a military battalion unit. The project includes buildings and facilities that shall be designed and constructed using Arch-Span and CMU construction methods according to the standard designs in the Appendix. The project is defined as the design, materials, labor, and equipment to construct buildings, roads, utilities, and other infrastructure to accommodate a garrison with a design population of 6,000 personnel. Buildings, facilities, utilities and infrastructure shall be built following the construction priority list included in this Invitation for Bid (IFB). The contractor shall be responsible for providing final design and as- built drawings for most facilities, site work, and related designs. The Contractor may be required to coordinate the efforts required under this contract with at least one other contractor at the site. The coordination effort may be significant and may include such tasks as the exchange of information with other contractors such as design data, drawings, calculations, and technical information. Additionally, it may be necessary for the contractor to conduct meetings, hold teleconferences, and prepare the submittal of additional information to the Contracting Officer (KO) that demonstrates the coordination and integration of new work with existing and future work of other contractors. All coordination shall be in agreement with the KO and approved prior to the commencement of any work. This is an Invitation for Bid (IFB) solicitation. Award of a contract will be made to the low bidder that is determined responsible and eligible for award. Bidders shall furnish with their bid a bid guarantee in the form of a firm commitment, e.g. bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The awardee will be required to submit performance and payment bonds (or other acceptable security as discussed above for the bid guarantee). The applicable NAICS code is 236220 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 540 days. The magnitude of this project is between $25M and $100M. The Invitation for Bid closing date will be contained in the solicitation and any solicitation amendments that may be issued. A site visit will not be offered by the Government, but bidders are encouraged to visit the site on their own. The point-of-contact for this procurement is Mr. Van Pinion and Mr. Richard Horton, Contract Specialist, USACE-AES, APO AE 09355. You may reach Mr. Horton at 540-678-3063 or via email at: richard.d.horton@usace.army.mil and Mr. Pinion via email at van.e.pinion2@usace.army.mil with a courtesy copy to TAS.Contracting@usace.army.mil. Requirements: FAR 52.204-7 (Central Contractor Registration) and DFAR S 252.204-7004 (Alternate A, Central Contract Registration) applies to this procurement. ALL prospective contractors must be registered in the Department of Defense CCR database and the Joint Contingency Contracting System (JCCS) prior to award. Offerors are encouraged to register early to ensure eligibility for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at https://www.bpn.gov/ccr/default.aspx. If you need a 9-digit Dun & Bradstreet (D&B) DUNS Number, please visit: http://fedgov.dnb.com/webform. Information on JCCS registration may be obtained via the internet at https://www.jccs.gov/olvr/default.aspx. All responsible sources may submit a bid which shall be considered by the Government. Solicitation Number W5J9LE-12-B-0006 will be available on or about 28 December 2011. The Solicitation and all further information will be posted to these websites: USACE-AED website at http://www.aed.usace.army.mil/contracting.asp Army Single Face to Industry (ASFI) Acquisition Business Web Site: https://acquisition.army.mil/asfi/default.cfm Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/60f4ced63c4aa298ff3b599fa331370d)
 
Place of Performance
Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
Zip Code: 09355
 
Record
SN02637799-W 20111215/111213233929-60f4ced63c4aa298ff3b599fa331370d (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.