MODIFICATION
56 -- Gulam Khan Transportation Corridor, Gulam Khan District, Afghanistan
- Notice Date
- 1/10/2013
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
- ZIP Code
- 40202-2230
- Solicitation Number
- W5J9JE-13-R-0022
- Response Due
- 2/4/2013
- Archive Date
- 3/11/2013
- Point of Contact
- Emily Jenkins, 502-315-6181
- E-Mail Address
-
USACE District, Louisville
(emily.h.jenkins@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- **********************TELEPHONE CALLS ARE NOT ACCEPTED************************ DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W5J9JE-13-R-0022 for Gulam Khan Transportation Corridor, Gulam Khan District, Afghanistan. The project consists of the construction of Gulam Khan Corridor is a transportation system that includes, but not limited to, four bridge repairs, repair switchbacks (1.2 km), Friendship Circle (1.1 km) and widen & resurface (31 km). This project includes, but is not limited to, the survey, design, and construction of a transportation system of roads and bridges. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be UNRESTRICTED, full and open, best value competition, no set-aside. SELECTION PROCESS: This is a 2-Phase Best Value selection process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the evaluation and rating of the Phase 1 proposals, the Government will select a maximum of seven (7) highest-rated Offerors to provide a Phase 2 technical and cost proposal for consideration by the Government. The results of the Phase 1 review will be posted on this website. The technical information contained in the Phase 2 proposal will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase 2 only. The proposal requirement for this 2-Phase procurement consists of the following: Phase 1 Proposal - Relevant Experience of the Prime Contractor, Prime Contractor Past Performance and Specialized Experience (Key Personnel); Phase 2 Proposal - Schedule and Price. For Phase 2, all evaluation factors, other than cost or price, when combined, are significantly less important than cost or price. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $10M and $25M in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 25 January 2013. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. Afghan Investment Support Agency (AISA): Offerors must have a valid Investment License issued by the AISA in order to be eligible for award. To obtain an AISA license, visit: http://www.aisa.org.af/english/applications.html. Joint Contingency Contracting System (JCCS): Offerors must be registered in the JCCS vendor vetting database at https://www.jccs.gov/olvr/. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Emily Jenkins, at emily.h.jenkins@usace.army.mil. Telephone calls will not be accepted. ******NOTICE******** This RFP will be posted on or about 25 January 2013. NOTICE TO BIDDERS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL A SOLICITAITON EITHER BEFORE OR AFTER THE BID OPENING, WITH NO OBLIGATION TO THE BIDDER BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W5J9JE-13-R-0022/listing.html)
- Place of Performance
- Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
- Zip Code: 40202-2230
- Zip Code: 40202-2230
- Record
- SN02962907-W 20130112/130110234228-54e1fa9193d844c17cbe4a03e125a9fa (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 |