Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
SOLICITATION NOTICE

Y -- Route 611 Sangin to Kajaki -From Markers 10 to 15, Helmand Province, Afghanistan

Notice Date
8/1/2012
 
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-0060
 
Response Due
8/15/2012
 
Archive Date
10/14/2012
 
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 consist of site adaptation and construction up to 5 kilometers (km) of asphalt paved road, from km marker 10 to 15 along Route 611 between Sangin and Kajaki in Helmand Province, Afghanistan. The Contractor shall follow the existing road alignment as shown in the Project Location Map and the Drawing Map Index in the Appendix. All work associated with the first four kilometers (from km markers 10 to 15) shall be part of the contract base bid, while all work associated with the fifth kilometer segment (from km markers 14 to 15) shall be optional work. The BASE BID portion of the contract consists of the following: The Contractor shall be required to upgrade the first four kilometers of the existing alignment to a 7 meter-wide asphalt pavement with 1 meter-wide shoulders and 450mm deep earth ditches on each side of the road. The right-of-way shall be a standard width of 20 meters, except in developed areas where the right-of-way will be narrowed. The base bid portion of the work also includes the following items for the entire 5 km segment of the route: UXO removal and clearance; Geotechnical Evaluation; Site Survey / Existing Conditions Map; Design; all Culvert work; and Raising all Electric Power Lines. The OPTIONAL BID portion of the contract consists of the following: The Contractor shall be required to upgrade the final km of the existing alignment to a 7 meter-wide asphalt pavement with 1 meter-wide shoulders on each side of the road. The right-of-way shall be a standard width of 20 meters, except in developed areas where the right-of-way will be narrowed. The Optional work does not include any UXO removal and clearance, Mobilization / Demobilization, Geotechnical investigation, Site Survey / Existing Conditions Map preparation work, Design, Culvert work, or Raising Electric Power Lines. These items are included in the base bid as stated in the paragraph above. The design shall be performed and design documents signed by a registered Professional Engineer that has a minimum of 10 years experience with the design and construction of the same magnitude and complexity as required in this project. All information shall be presented in English. The Contractor shall have a minimum of one English-speaking representative to communicate with the Contracting Officer's Representative (COR) at all times when work is in progress. In the event there is a discrepancy between the Sections 01010 and 01015, Section 01010 shall take precedence. 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 270 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 Shirley Smith, Contract Specialist, USACE-AES, and APO AE 09355. You may reach Ms. Smith at 540-662-6183 or via email at Shirley.A.Smith@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-0060 will be available on or about 19 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/3c57fa01b9001d5a50bc65c249b472e0)
 
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
SN02823687-W 20120803/120802000612-3c57fa01b9001d5a50bc65c249b472e0 (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.