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, 2017 FBO #5643
SOURCES SOUGHT

Y -- Transatlantic Afghanistan Construction SATOCS

Notice Date
5/4/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kabul, APO AE, 09356, Afghanistan
 
ZIP Code
00000
 
Solicitation Number
W5J9JE-17-R-0011
 
Archive Date
5/15/2017
 
Point of Contact
TAA Contracting, Phone: 5407226078
 
E-Mail Address
TAA-Contracting@usace.army.mil
(TAA-Contracting@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. After review of the responses to this notice, and if the Government still plans to proceed with the acquisition, a separate pre-solicitation announcement will be published on the Federal Business Opportunities website (FEDBIZOPPS.GOV). Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY are not adequate response to any future solicitation announcement. The U.S. Army Corps of Engineers, Transatlantic Afghanistan District is seeking market information in order to solicit and award four (4) Single Award Task Order Contracts (SATOCs) for construction to firms in the Transatlantic Afghanistan District area of responsibility. The Transatlantic Afghanistan District includes the following geographical locations which will be limited to the ANP/ANA locations therein: North - includes the following provinces: Jowzjan, Badakhashan, Kunduz, Takhar, Baghlan, Samangan, Balkh, Jowzjan, Sar-e-pul, Faryab South - includes the following provinces: Daykundi, Uruzgan, Zabul, Kandahar, Helmand East - includes the following provinces: Bamyan, Ghanzi, Patikha, Wardak, Parwan, Logar, Nuristan, Konar, Panjshayr, Kabul, Kapisa West - includes the following provinces: Badghis, Heart, Ghor, Farah The intention of these four (4) SATOCs is to select the four most qualified Afghan firms and assign them to a specific area of responsibility to both rapidly respond to Government requirements and to gain a better understanding of USACE contracting. The Government proposes to issue firm fixed price type Indefinite Delivery Indefinite Quantity (IDIQ) contracts for this requirement. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are adequate Afghan contractors within the Transatlantic Afghanistan District region to provide adequate competition to compete and perform a firm fixed price construction type contract. The purpose of this proposed contract is to execute primarily sustainability, renovation, and modernization construction and/or design work at four areas of responsibility. It is the Government's intention to assign one (1) Afghan firm to each of the specific areas of responsibility identified above although task orders may be issued for other areas within the boundaries of the USACE Transatlantic Afghanistan District based upon need. The scope of services under this proposed contract includes design-bid, design-bid-build, and adapt build work. Typical work may include but is not limited to repair and renovation of existing facilities. Representative work examples may include general interior finish upgrades and space reconfiguration, electrical service improvements, roofing materials replacement, mechanical systems repair, storm drainage structure repair, plumbing repairs and improvements, walkways, etc. Work may also include some construction of new facilities. As requirements develop, Requests for Proposals (RFPs) for projects will be issued for each Task Order. Task Orders will include primarily construction or Operations and Maintenance (O&M), projects. Task Orders will be negotiated to obtain a fair and reasonable price. Task Orders may range from $2,000 to $8,000,000. Each of the four (4) SATOC contracts are anticipated to consist of one (1) base year plus two (2) one year option years. The total contract capacity comprised of the base year plus two option years, on each SATOC will not exceed $40 million. Prior experience with construction of ranges of similar scope will be required. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. The Small Business Size Standard for this acquisition is $36.5 Million. Prior Government contract work is not required for submitting a response under this sources sought synopsis. SUBMISSION REQUIREMENTS FOR THIS SOURCES SOUGHT: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY shall be limited to five (5) pages and shall include the following information: the interested firm's name, physical address, email address, point of contact, phone number, JCCS ID, Tax ID, DUNS number, SAM CAGE Code, & AISA/MOC-I License number. Interested firms must also provide a brief capabilities narrative indicating their specific experience with a minimum of five (5) projects involving whole building interior/exterior renovation, minor construction, construction of pre-engineered buildings mechanical/electrical type design and engineering services in Afghanistan, as well as, their specific interest in the anticipated contract described herein. SUBMISSION DUE DATE/TIME: Responses to this SOURCES SOUGHT SYNOPSIS / MARKET RESEARCH STUDY should be received via the following email taa-contracting@usace.army.mil as soon as possible but no later than May 12, 2017 at 10:00 am AFT Kabul Time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8979eac4f06a8e7e46ca2ed14191dcd7)
 
Place of Performance
Address: Afghanistan, Afghanistan
 
Record
SN04496894-W 20170506/170504235934-8979eac4f06a8e7e46ca2ed14191dcd7 (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.