Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2010 FBO #3077
MODIFICATION

Y -- Theatre Vehicle Maintenance Compound Kandahar Air Field, Afghanistan

Notice Date
4/26/2010
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-10-R-0041
 
Response Due
5/30/2010
 
Archive Date
7/29/2010
 
Point of Contact
Deborah Brown, 540-665-3764
 
E-Mail Address
USACE Middle East District
(deborah.a.brown@usace.army.mil)
 
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-Bid-Build Construction services for a Theatre Vehicle Maintenance Compound, at Kandahar Air Field (KAF), Afghanistan. The Theater Vehicle Maintenance Compound project involves the construction of sustainment level refurbishment facilities capable of repairing 150-200 wheeled vehicles per month in addition to construction equipment, material handling equipment and robotics for Joint forces in Afghanistan. These facilities will be constructed in the Deep South Park expansion area of KAF, Kandahar Province, Afghanistan. The area has been de-mined, secured and prepped for adequate drainage. Facilities include vehicle storage lot and wash rack area, two identical wheeled vehicle maintenance buildings, one construction and material handling equipment repair building, one robotics repair building, one tire and wheel assembly repair facility (TARP), one paint shop, and tire and paint storage sheds. All buildings will be climate controlled and include utilities (electrical, water, and sewer) as well as fire detection and suppression systems where required. Maintenance and repair buildings will also have overhead lift, overhead exhaust, appropriate compressed air and electrical and internal computer/ communication systems. This project is being prepared as a design-bid-build project with the requirement for the selected contractor to perform topographical and geotechnical investigations to validate the assumptions made in the design. The magnitude of this construction project is between $25,000,000 and $100,000,000 USD. A Bank Letter of Guaranty will be required. 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 expected contract period of performance is three hundred and sixty-five (365) calendar days from the Notice to Proceed date. Request for Proposal (RFP) PLANS AND SPECIFICATIONS: This is an electronic issued solicitation. The Government will post the RFP to a file transfer protocol (ftp) site which will be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. The solicitation will not be provided to subcontractors, suppliers, or vendors. Contracting Procedures: The solicitation will be a request for proposal (RFP). Source selection will be made using the best value trade-off process. Both non-pricing (technical) and price proposals are required. The evaluation factors with their significance and weight will be provided in the RFP. The Government may include options in the solicitation. The contract will be awarded on a firm-fixed price basis. Acquisition Time Line: Tentative date for issuance of Request for Proposal (RFP) number W912ER-10-R-0041 is 10 May 2010. Tentative date for receipt of proposals is 11 June 2010. A site visit is tentatively scheduled for 17 May 2010. Details for the site visit will be provided in the RFP. Tentative date to award the contract is 11 July 2010. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside. REQUEST FOR SOLICITATION AND QUESTIONS: All requests to be placed on the bidders list shall be sent to both Daniel Lillard (information below) AND Ms Deborah Brown, (540) 665-3764, fax (540) 665-4033, e-mail addresses Daniel.M.Lillard@usace.army.mil and Deborah.A.Brown@usace.army.mil. 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 (RFP number). The solicitation will only be issued to one point of contact for each company. Point of Contact Mr. Daniel Lillard, 540-665-3580 US Army Corps Of Engineers Middle East District P.O. Box 2250 Winchester VA Postal Code: 22604-1450 Country: US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0041/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02132671-W 20100428/100426235441-23f0f1f56bde5b8681d34711eb362b8f (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  © 1994-2020, Loren Data Corp.