Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 14, 2014 FBO #4554
SOURCES SOUGHT

Y -- MARKET RESEARCH - DAHLA DAM PHASE II, AFGHANISTAN

Notice Date
5/12/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-14-R-0019
 
Response Due
5/22/2014
 
Archive Date
7/11/2014
 
Point of Contact
Tino Philip, 5406653953
 
E-Mail Address
USACE Middle East District
(tino.philip@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: The U.S. Army Corps of Engineers (USACE), Transatlantic Middle East District (TAM) is seeking preliminary information, for market research purpose, from capable and reliable sources who may be interested in submitting a proposal to perform Design-Bid -Build (DBB) construction for the Dahla Dam Improvement Project Phase II - Dam Rise. This project is located on the Arghandab River in Kandahar Province, Afghanistan. The resultant contract will be awarded as firm-fixed price. PROJECT SCOPE: Phase II of the Dahla Dam project includes but not limited to raising the dam and spillway by eight meters to increase reservoir storage. The project also consists of raising the main dam embankment and six saddle dams by eight meters. Both the main dam and saddle dam raises will be earth fill. The total fill volume for the main dam will be approximately 1 million cubic meters, and the total fill volume for the six saddle dams will be approximately 1.1 million cubic meters. All fill material is to be obtained from borrow areas within approximately eight kilometers of the main dam. Construction of the main dam embankment raise will require coordination with the Phase 1 contractor. The dam currently has two ungated overflow spillways. The spillway raise component of the project consists of closing one spillway by construction of an additional saddle dam. The remaining spillway will be widened and raised eight meters using roller compacted concrete with a cast-in-place concrete crest structure. The required quantity of roller compacted concrete will be approximately 40,000 cubic meters, and the required quantity of cast-in-place concrete will be approximately 5,000 cubic meters. The Contractor will be required to provide all logistical support, and personnel and security for all work and logistics support areas throughout construction. Interested Contractors must also consider the following requirements: a. The Period of Performance is anticipated to be 1,155 calendar days. b. The magnitude of construction for the Dahla Dam Improvement Project Phase II-Dam Raise is between $100,000,000.00 and $250,000,000.00. PROPOSAL PROCEDURES: The Government is considering the use of Request for Proposal (RFP) (FAR Part 15) procedures for this project. The intent is for the RFP to be issued Full and Open Solicitation. The Best Value Trade-off (BVTO) contracting method may be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the RFP. This acquisition may result in a single fixed price construction contract awarded based on BVTO determination. SUBMISSION REQUIREMENTS: a. Provide your experience as a Prime Contractor completing large dam construction or modification projects that include earth or rock fill embankments and roller-compacted concrete spillway structures. All projects must be valued at least $50 Million in size or more. Provide a list of projects completed by your company that demonstrate your recent experience and ability to perform similar scope and size projects. b. Provide qualifications of your Key Personnel/Designer of Record's [Project Manager, On-Site Construction Superintendent, Safety Officer, Project Scheduler, Quality Control Manager, DOR's] in their assigned job position on this project as it relates to large dam construction or modification projects, including earth or rock fill embankments and roller-compacted concrete spillway structures. c. Provide your capabilities to obtain Security at a fixed price effort for the duration of the project. d. Provide your capabilities for obtaining Performance and Payment Bonds or other acceptable sureties for this project, if awarded. See FAR Clause 52.228-15. e. Provide your concerns of any potential Risks or any other issues associated with this project such as security and your Mitigation plan to overcome the situation. Firms submitting responses shall provide information on the projects that prove you can meet the qualifications criteria listed above, with contract number, project location, description of work, roles in the project execution and other references including subcontractors. Please complete the Attachment 1, as part of your submission. The following document is being provided under separate cover: quote mark Market Research Company/Project Information.docx quote mark PROPOSAL PERIOD: Design-Bid-Build (D-B-B) Solicitation may schedule for release on or about 15 June 2014. The proposals will be due on or about 16 July 2014. Contract award is scheduled on or about 30 September 2014. This notice is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Please provide a response in the affirmative or negative if your company is interested in participating in this opportunity no later than on May 22, 2014 at 4:00PM EST, sooner if at all possible. Questions concerning the processes and procedures can be sent to Michelle. R. Pearman, email; Michelle.R.Pearman@usace.army.mil and Tino Philip, e-mail: Tino.Philip@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-14-R-0019/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN03363590-W 20140514/140512234358-7404dc3b8486755127bac8aa337cd32f (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.