Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2006 FBO #1697
MODIFICATION

Y -- Design and Install Airfield Lighting System at AL Asad, Iraq

Notice Date
7/18/2006
 
Notice Type
Modification
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Gulf Region Central District, XR W6EX GRD Central District KO Operation Iraqi Freedom, APO, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W917BG-06-R-0248
 
Response Due
9/30/2006
 
Archive Date
10/15/2006
 
Point of Contact
Robert Egan, Contracting Officer, Phone 540-665-2669, - Robert Egan, Contracting Officer, Phone 540-665-2669,
 
E-Mail Address
Robert.R.Egan@tac01.usace.army.mil, Robert.R.Egan@tac01.usace.army.mil
 
Description
DESCRIPTION: Design and construction of Airfield Lighting System (ALS) at Al Asad Air Base, Iraq. Resulting contract will award design and build as a combined effort. Successful contractor will design, procure and install the materials and equipment in accordance with all applicable specifications. All work and materials shall conform to the standards set forth in the scope of work. The estimated cost of this project is between $5,000,000 and $10,000,000 and is subject to availability of funds. The solicitation will be issued electronically in accordance with FAR 4.502 and 5.102, therefore, hardcopies will not be provided. The solicitation will be posted on the Iraqi Business Center at http://www.baghdadbusinesscenter.org/tenders.asp#CORP and Fed Biz Opps at http://www.fbo.gov. The estimated issue date of the solicitation is 25 July 2006 and the estimated proposal due date is 24 August 2006. Email proposals will not be accepted. Both a price proposal and a technical proposal will be required. Source Selection Authority is located at Camp Liberty, Baghdad, Iraq. CAUTION: This solicitation will be issued electronically as will any amendments thereto. Because of this, the Government is under no obligation and is in fact unable to maintain a bidder?s mailing list. It is therefore incumbent upon any interested parties to periodically access the above internet addresses in order to obtain any amendments which may be issued. Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of proposals may render your proposal non-responsive and result in rejection of same. PROJECT SCOPE: The project consists of a primary requirement and four option packages. Each offeror must price the primary requirement and all option requirements. The Government will evaluate offeror price by considering all options, although all (or none) may ultimately be made part of the work. All of the options, or none of the options, or any combination thereof may ultimately constitute the work for this project. The prime contractor must be prepared to complete 75% of the work directly. Workers hired by the Contractor to accomplish the project work shall come from the local community closest to the project area, unless certain skilled workers are needed that are unavailable in that community. The major components of the ALS includes Power Distribution, air field lighting vaults, runway edge lighting, taxiway/taxi track and apron edge lighting, helipad edge lighting, approach lighting, Precision Approach Path Indicator (PAPI), mimic, and control panel, rotating beacon, signs and airfield marking, complete with an airfield lighting control and monitoring system. Price proposals will evaluated against the Independent Government Estimate, the price proposals of all offerors and overall reasonableness when compared to the technical proposal. Non-price factors include, but may not be limited to, Past Performance, Past Experience and the demonstrated ability to employ a local workforce. Hard copies of both a technical and price proposal will be required. A 'Best Value Tradeoff' process contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. Contract award will be on a Firm Fixed Price basis. Period of performance for primary requirement is 180 days after receipt of Notice to Proceed. Any options awarded will increase the period of performance. SITE VISIT INFORMATION: There will only be ONE SITE VISIT. The site visit is scheduled for Tuesday, 1 August 2006. Each potential contractor must provide the following for personnel desiring to attend the site visit: complete name, passport number, company name, email address of single POC, vehicle description, vehicle identification number, vehicle license number. Each potential contractor (company) is limited to two visitors, to include sub contractors as well. The vehicle description is important for the guards at the outer gate to help expedite access through the first gate. Otherwise, they could be sitting at the outer gate for sometime before finally being admitted. This information shall be provided NLT 5 days prior to the scheduled visit. Local Nationals (LN's) are not permitted to bring any cameras, electronic recording devices, cell phones, or computers on base. Once admitted through the outer gate they will be stopped and in-processed at the inner gate. Gate Hours of operation are 0800 - 1500 hrs daily. Bidders are to report to the gate at 0800 hrs to be processed in. Allow at least 1 - 2 hrs for that process. Once permitted access, we will escort the bidders to the Badging Office where they will be issued a Temporary Badge good for the day. Once potential contractors have a Temporary Badge, they will be escorted to a designated point where they will park their vehicle and receive a short brief on their visit, including ?do's and don'ts?. Potential contractors will then be transported to the project site for their inspection. Questions will not be answered by on-site personnel. Potential contractors shall be instructed to write down their questions or requests for information and these then will be submitted and routed to the Contracting Officer for response. Visitors will be given opportunity to eat a mid day meal at the DFAC by displaying the Temporary Badge. All site visit attendees must depart by 1430 to allow time to process out the gate. There are no provisions for overnight stays. Required site visit information must be submitted to Resident Engineer Mr. John Overfield at John.Overfield@tac01.usace.army.mil. Site visit information must be submitted to the POC above no later than July 26, 2006.
 
Place of Performance
Address: Al Asad
Country: IRAQ
 
Record
SN01091788-W 20060720/060718221026 (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.