Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2015 FBO #4911
SOLICITATION NOTICE

Y -- Northern Electrical Interconnect (NEI) Project: Kunduz - Asqalan Substation

Notice Date
5/4/2015
 
Notice Type
Presolicitation
 
NAICS
237130 — Power and Communication Line and Related Structures 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
W5J9JE-15-R-0012
 
Response Due
6/2/2015
 
Archive Date
7/3/2015
 
Point of Contact
Richard Horton, 540-678-1187
 
E-Mail Address
USACE District, Kandahar
(richard.d.horton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Transatlantic Afghanistan District (TAA) intends to issue a Request for Proposal (RFP), utilizing full and open competition for the design and construction of the high voltage power system (220kV) from the existing Asqalan Substation to the Kunduz Airfield Area (also knowns as Camp Pameer Maidan), Kunduz Province, Afghanistan. The project is defined as the design of the Asqalan substation expansion, transmission system towers to support two (2) 20kV circuits and termination of the 20kV circuits into the existing 20kV switchgear located at the power plants inside the Afghanistan National Army/Afghanistan National Police installations. The project will also include the material, labor, and equipment to complete the construction of the Asqalan substation expansion, transmission system towers, power distribution system, and all other components of the project as shown in the plans and specifications. Any and all deficient work will be repaired or replaced. The Contractor shall provide a complete and fully functioning power system. These electrical power distribution system and substation shall be designed and constructed in accordance with current electrical and building codes, safety, and security standards, and applicable to local standards. Unexploded Ordnance clearance has not been achieved. This acquisition will utilize the best value source selection process with the intent to award one contract to the responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The source selection process will be in two phases. During Phase I offerors will submit a technical proposal which will be evaluated using these two (2) evaluation factors: Factor 1 - Technical Approach and Qualifications Related to Design-Build Experience, and Factor 2 - Past Performance. Those offerors found to be technically acceptable will be requested to submit a technical and price proposal for Phase 2 evaluation, and will be evaluated using these two (2) evaluation factors: Factor 3 - Management and Execution Plan consisting of the following elements: Executive Summary, Key Personnel, Design Management Plan, Construction Management Plan, and Quality Control Plan; Factor 4 - Price. Award will made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. Offerors are advised that an award may be made without discussion or any contact concerning the proposal received. The NAICS code for this project is 237130. Estimated cost range of this project is between $10,000,000.00 and $25,000,000.00 USD. The expected period of performance is 540 days. Issue date for Request for Proposals (Phase I) is on or about May 19, 2015 with proposals due by 2:00 pm, local time, on or about June 2, 2015. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded in a Firm-Fixed Price basis only. All responsible sources may submit a proposal, which shall be covered by the agency. Solicitations documents for Phase I will only be issued on Army Single Face to Industry (ASFI) and will be available on the Federal Business Opportunities (FBO) home page located at www.fbo.gov. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing hard copies of the solicitations. All amendments issued for the Phase I evaluation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including specifications and drawings) and all amendments. Liquidated damages will be specified. All offerors are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process. This acquisition is unrestricted. Defense Base Act (DBA) Insurance will be required. The point of contact for this procurement is Mr. Richard D. Horton, Contracting Officer, U.S. Army Corps of Engineers, Transatlantic Afghanistan District, Bagram AFB, APO AE 09354. You may reach Mr. Horton via email at Richard.D.Horton@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62640634e47f21310dfd8e9b6451cb6c)
 
Place of Performance
Address: USACE, Transatlantic Afghanistan District Bagram AFB APO AE AF
Zip Code: 09354
 
Record
SN03719662-W 20150506/150504235321-62640634e47f21310dfd8e9b6451cb6c (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.