Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2010 FBO #3191
SOLICITATION NOTICE

Y -- Design-Build Intelligence, Surveillance & Reconnaissance (ISR) Apron; Special Operations Facility (SOF) Helicopter Apron; and SOF ISR Apron & Support Complex, FY 10 Package M8, Forward Operating Base, Shindand, Afghanistan

Notice Date
8/18/2010
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-10-R-0072
 
Response Due
11/18/2010
 
Archive Date
1/17/2011
 
Point of Contact
Robyn Ratchford, 540-665-3676
 
E-Mail Address
USACE Middle East District
(robyn.ratchford@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/Build Construction services for the following: (1) Intelligence, Surveillance & Reconnaissance (ISR) Apron: Consists of a medium-load paved apron with connecting taxiways, and shoulders for ISR aircraft shelters. The project includes all site work, pavement markings, tie-downs, aircraft shelters fire suppression system, utilities (including, but not limited to, power connections and electrical infrastructure), and all other elements required to make the ramp complete and usable. (2) Special Operations Facility (SOF) Helicopter Apron: The SOF Helicopter Apron consists of a cement concrete apron for rotary-wing and fixed-wing aircraft, with connecting taxiways, shoulders and pavement markings. An adjacent concrete pad will be constructed for aircraft maintenance. Supporting facilities include site improvements, utilities including power generation, grounding points, and aircraft shelters. The project will comply with DoD antiterrorism/force protection requirements per unified Facilities Criteria. (3) Special Operations Facility (SOF) Intelligence, Surveillance & Reconnaissance (ISR) Apron & Support Complex: The project consists of cement concrete apron and taxiways, pavement markings, aircraft shelters, concrete masonry office and barracks facilities, communications towers, container storage area, ground vehicle parking area, weapons arming area, utility lines, generator power, and fuel and oil storage points for the Extended Range Multi-Purpose quick Reaction Capability Site-2, unmanned aerial vehicle Platoon at Shindand AB. Office and barracks facilities will support 60 persons. Aircraft shelters will support a total of four UAVs, each similar in dimension to the C-12 aircraft. The project will comply with DoD antiterrorism/force protection requirements per Unified Facilities Criteria. The expected period of performance is 365 calendar days from Notice to Proceed. The magnitude of this construction project is between $25,000,000 and $100,000,000. Surety: Performance and Payment Bonds or Irrevocable Letter of Credit will be required. A Bank Letter of Guaranty will not be allowed; therefore, Offerors are instructed to not request it be allowed instead of the stated required Surety. Military Construction (MILCON) appropriated funds are presently not available for this acquisition. As a result, the Solicitation will be released with award of a contract contingent on availability of funds. No contract award will be made until appropriated funds are made available. The solicitation will be issued to Prime Construction Contractors only and at no cost. The solicitation WILL NOT be provided to subcontractors, suppliers, vendors or plan houses; therefore, requests from other than Prime Construction Contractors will not be honored. The solicitation will not be available over the internet. The solicitation will be a Request for Proposal (RFP). The acquisition will result in a single Design-Build Firm Fixed Price Construction Contract awarded 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 will be awarded on a Firm-Fixed Price basis only. The government may include Options in the solicitation. An organized Site Visit will be conducted, with attendance 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 each interested Offeror contact the Point of Contact (POC) designated for the Site Visit as soon as possible to allow sufficient time to coordinate and meet Site Visit requirements. The Point of Contact for the Site Visit is as follows: Donny D. Davidson, Jr., P.E., Area Engineer, U.S. Army Corps of Engineers Afghanistan Engineer District South, Herat; Telephones: (1) Commercial 540-722-1163 and (2) Commercial Cell 079-467-2733; E-Mail: Donny.d.davidson@usace.army.mil. Requests for a Site Visit shall be from Prime Construction Contractors only who meet the requirements stated above. Requests from other than Prime Construction Contractors will not be honored. The tentative date for issuance of the RFP is 20 Oct 10. The tentative date for receipt of proposals is 18 Nov 10. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. The tentative date to award the contract is 31 Jan 11. Firms interested in receiving this solicitation should send a written request, Attention Nancy R. Aronhalt, to the address listed above, via e-mail (preferred) to both of the following individuals: Nancy.R.Aronhalt@usace.army.mil & Robyn.Ratchford@usace.army.mil, or fax (540-665-4033). The request must state the following: (1) The Complete Name of the Firm, (2) Mailing and Shipping addresses of the firm for express mail delivery, (3) Name of Firms POC; (4) Telephone and FAX numbers for each POC named; (5) E-Mail address for each POC named; (6) DUNS number; and (7) Reference the solicitation number. If any of the required information is not provided, the request will be returned or denied. All responsible sources may submit a proposal, which shall be considered by the agency. This acquisition is not a Small Business Set Aside. Points of Contact: Nancy R. Aronhalt, 540-665-3686 and Robyn Ratchford, 540-665-3676. All technical inquires and questions relating to W912ER-10-R-0072 shall be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0072/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02245634-W 20100820/100818235806-4fe0c1e4d8c4a3c727aed2bde8201824 (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.