Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOLICITATION NOTICE

Y -- Design and construction of facilities to support the Afghanistan National Police (ANP) program for a Ministry of Interiors Supply Point @ Qalat District, Zabul Province.

Notice Date
12/16/2011
 
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-R-0024
 
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 DISTRICT SOUTH (TAS) Firm-Fixed-Price for Ministry of Interiors Supply Point (MSP) @ Qalat District, Zabul Province, Afghanistan - PSPS060801PS This solicitation is for a Firm-Fixed-Price (FFP) contract for the design and construction of facilities to support the Afghanistan National Police (ANP) program for a Ministry of Interiors Supply Point @ Qalat District, Zabul Province. The project consists of the specified site-adaptation, site and infrastructure design and construction of a new facility for the ANP in Qalat District, Zabul Province, Afghanistan. The MSP is an ANP Operating Establishment which will house approximately 55 ANP personnel. The proposed site is about 55696 sqm (27.84). The site is located on hilly area 4.5km away from Qalat Center to Zabul Province. South and East side areas of the proposed site are private and government properties. The site's average elevations, (GPS Site Recorder) are between 1540 meters to 1549 meters. These projects are defined as the management, design, material, labor, and equipment to design and construct and/or refurbish all utilities, roads, buildings, force protection measures, site security, de-mining activities, and other features as referenced herein for each new campus facility. Design drawings of all facilities will be provided as part of the solicitation. Site work and related design shall be accomplished by the contractor. 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 (NFPA-101), UFC 4-010-01, DoD Minimum Anti-Terrorism Standards for Buildings. The Government intends to make one award as a result of this solicitation. Award of a contract will be made to the responsible offeror who submits the lowest priced, technically acceptable proposal that is both realistically and reasonably priced for the work to be performed on each project. Offers will be evaluated in accordance with the evaluation criteria stipulated in the solicitation. An offeror may not receive award, even if it has the lowest-priced, technically acceptable proposal, if its price proposal fails to demonstrate that it understands the scope of work required by the solicitation. The applicable NAICS code is 236220 ($33.5M small business size standard). The resulting contract is for 540 days for the Ministry of Interiors Supply Point. The magnitude of this project is between $5M and $10M. The options may be exercised at the discretion of the Government. The point-of-contact for this procurement is Mr. Mark Jones and Mr. Richard Horton, Contracting Specialists, USACE-AES, APO AE 09355. You may reach Mr. Jones at 540-667-6867 or via email at mark.t.jones@usace.army.mil; and Mr. Horton at 540-678-3063 or via email at richard.d.horton@usace.army.mil. Requirements: FAR 52.204-7 (Central Contractor Registration) and DFARS 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 proposal which shall be considered by the Government. Solicitation Number W5J9LE-12-R-0024 will be available on or about 31 December 2011. The Soliciation 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/0e474a8fc265832874160442acf39e3c)
 
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
SN02641271-W 20111218/111216234810-0e474a8fc265832874160442acf39e3c (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.