Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2008 FBO #2530
SOLICITATION NOTICE

Y -- Design/Build Intelligence, Surveillance and Reconnaissance (ISR) Ramp, Kandahar Air Field, Afghanistan

Notice Date
10/28/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Transatlantic Programs Center, US Army Corps Of Engineers - Transatlantic Programs Center, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-09-R-0012
 
Response Due
12/12/2008
 
Archive Date
2/10/2009
 
Point of Contact
Robyn Ratchford, 540-665-3676<br />
 
Small Business Set-Aside
N/A
 
Description
This announcement is for the purpose of soliciting names of prime construction contractors interested in submitting a proposal for providing Design/Build Construction services for an Intelligence, Surveillance and Reconnaissance (ISR) Ramp to be located at Kandahar Air Field, Afghanistan. This ISR Ramp will provide operational support for up to twenty-six (26) generic Intelligence, Surveillance and Reconnaissance (ISR) aircraft with shelters at Kandahar Air Field, Afghanistan. This work will include aircraft pavements and facilities, including concrete aprons and taxiway, a perimeter security fence, two aircraft fabric sunshades, vehicle access and parking and eleven fabric shelters. Concrete will be designed to support medium load aircraft. The Air Field pavements shall have paved shoulders, pavement marking, and edge lighting as required. Contractor shall be required to perform geotechnical investigation. The expected contract duration is 270 calendar days. The magnitude of this construction project is between $25,000,000.00 and $100,000,000.00. Military Construction (MILCON) appropriated funds are presently not available for this acquisition. No contract award will be made until appropriated funds are made available. The solicitation will be issued to prime construction contractors at no cost. The solicitation will not be provided to subcontractors, suppliers, vendors or plan houses. The solicitation will not be available over the internet. The solicitation will be a Request for Proposal (RFP). Contract award will be based upon a Best Value Trade-Off Process Source Selection analysis of all proposals. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. The RFP will contain DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms. This provision states, in part, that military construction contracts funded by a military construction appropriation that are estimated to exceed $1,000,000 and are to be performed in countries bordering the Arabian Gulf shall be awarded only to US firms, unless, the lowest responsive and responsible offer of a US firm exceeds the lowest responsive and responsible offer of a foreign firm by more than twenty percent (20%). Offers from firms that do not qualify as United States firms will be evaluated by adding 20% to the offer. To be considered a U.S. firm, the firm must: (1) be incorporated and have its corporate headquarters in the U.S.; (2) have filed corporate and employment tax returns in the U.S. for a minimum of two years (if required) and have filed State and Federal income tax returns (if required) for two years; (3) have paid any applicable taxes determined to be due as a result of such filings; (4) and employ U.S. citizens in key management positions. Joint Venture (JV) arrangements are allowed so long as the Government can classify the JV as a U.S. entity. For a JV to be considered a U.S. entity, the U.S. firm must be the controlling partner, with at least 51% vested financial interest in the JV. An organized site visit will be conducted. Attendance is not mandatory but is encouraged. The site visit date and time that will be established is subject to change at any time due to Base Operations. To gain entry to the site, preliminary requirements must be met; therefore, it is of utmost importance that you contact the Point of Contact as soon as possible to allow time to coordinate and meet site visit requirements. The Point of Contact for the site visit is as follows: Norman R. Boeman, Area Engineer, US Army Corps of Engineers, Afghanistan Engineer District, Kandahar Area Office, Telephones: (1) Commercial 540-678-4652 and (2) Commercial Cell 079-767-5094; E-Mail: Norman.R.Boeman@usace.army.mil. Requests for a Site Visit shall be from Prime Construction Contractors meeting the requirements stated above only. The tentative date for issuance of the RFP is 12 Nov 08. The tentative date for receipt of proposals is 12 Dec 08. The Tentative date to award the contract is 15 Jan 09. Firms interested in receiving this solicitation should send a written request, Attention Nancy R. Aronhalt, to the address listed above, via e-mail to both of the following: Nancy.R.Aronhalt@usace.army.mil and Robyn.Ratchford@usace.army.mil, or fax (540-665-4033). The request must state the name of the company, mailing and shipping addresses of the firm, telephone and fax numbers, Point of Contact, and reference the solicitation number. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside, yet in evaluating an offerors small business subcontracting, the Government shall give greater weight to offerors plans that reasonably propose the greatest use of small business subcontracting as defined in FAR 19.705-4. Points of Contact Nancy R. Aronhalt, 540-665-3686 and Robyn Ratchford, 540-665-3676. Email your questions to US Army Corps of Engineers - Transatlantic Programs Center: Nancy.R.Aronhalt@usace.army.mil & Robyn.Ratchford@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1e3ea199f3e5149d9d1d0b71aab1d951&tab=core&_cview=1)
 
Place of Performance
Address: US Army Corps Of Engineers - Transatlantic Programs Center P.O. Box 2250, Winchester VA<br />
Zip Code: 22604-1450<br />
 
Record
SN01697213-W 20081030/081028215130-1e3ea199f3e5149d9d1d0b71aab1d951 (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.