Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2012 FBO #3891
SOLICITATION NOTICE

Y -- Juliet Ramp Kandahar Airport

Notice Date
7/18/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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-0084
 
Response Due
8/1/2012
 
Archive Date
9/30/2012
 
Point of Contact
Shirley A. Smith, 540 662-6183
 
E-Mail Address
USACE District, Kandahar
(shirley.a.smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project consists of the engineering services and construction of the Juliet Ramp, concrete access ramp to taxiway, upgrading of the sewer system and electrical panels located at Kandahar Airport, Kandahar Afghanistan. The design shall be performed and design documents signed by registered professional engineers who have a minimum of 10 years experience with the design and construction of the same magnitude and complexity as required in this project. This is a "design-build" project in which the Contractor will design the project to be constructed as well as complete the work in accordance with specifications set forth in the Request for Proposal. The Contractor will provide a project technical design, survey drawings and electronic survey files, construction drawings, geotechnical report, and applicable specifications. The geotechnical report shall contain the results of a geotechnical investigation conducted in accordance with the requirements specified. All labor, equipment and supplies necessary to conduct a geotechnical investigation shall be considered a part of the geotechnical report. The site survey and existing conditions map shall consist of all labor, equipment and supplies necessary to produce the topographical data in accordance with the requirements. The work shall be completed such that it does not impact airport operations. This scope includes preparing Site Survey and preparing Existing Conditions Map including topography. Performing geotechnical testing and preparing Geotechnical Reports including design of pavement sections. Designing sewer lines and storage tanks includes preparing As-Built Drawings of all improvements. Pavement Adjacent to Terminal includes removing and replacing existing asphalt concrete pavement section with an area of approximately 12,000 square meters. Install new concrete curb and gutter with an approximate length of 300 meters. Remove approximately 175 linear meters of existing 2-meter high chain link fence with concertina wire. Concrete Access Ramp to Taxiway includes removing approximately 750 square meters of existing asphalt concrete roadway and installing new concrete taxiway access point with an area of approximately 5400 square meters. Relocate approximately 175 linear meters of existing concrete barrier along the new access. Sanitary Sewer System includes removing two existing brick septic tanks and replacing with two 37.85 cubic meter capacity (10,000 gallon) reinforced concrete tanks. Remove the existing leach field of approximately 900 square meters and replace with native backfill. Remove and replace 4 brick and concrete vaults/manholes and install 380 linear meters of 150mm Schedule 80 PVC sewer pipe in backfilled and compacted trench. Electrical System includes replacing and rewiring two electrical distribution panels located inside the terminal. All electrical wiring upgrades shall be done per the British Standard BS 7671. All branch circuits and feeders serving the two panels shall be removed and replaced. All exterior branch circuits and feeders shall be installed in electrical metallic tubing (EMT). A complete design shall be provided by the Contractor for all new facilities. The intended award of a contract will be made using the Lowest Price Technically Acceptable (LPTA) that is determined responsible and eligible for award. The applicable NAICS code is 237990 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 189 days. The magnitude of this project is between $1,000,000 and $5,000,000. The RFP closing date will be contained in the solicitation and any solicitation amendments that may be issued. The point-of-contact for this procurement is Karen Johnson, Contract Specialist, USACE-AES, and APO AE 09355. You may reach Ms. Johnson at 540-722-6642 or via email at Karen L. Johnson@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. Solicitation Number W5J9LE-12-R-0084 will be available on or about 10 August 2012. 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 A 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/feaec763aea63ab856dd9b8446238ae3)
 
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
SN02807821-W 20120720/120719000357-feaec763aea63ab856dd9b8446238ae3 (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.