Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2010 FBO #3212
SOLICITATION NOTICE

Y -- SOF Parking Apron, Shank, Afghanistan

Notice Date
9/8/2010
 
Notice Type
Presolicitation
 
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-0093
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
Tino Philip, 5406653953
 
E-Mail Address
USACE Middle East District
(tino.philip@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPOSIS: The U.S. Army Corps of Engineer (USACE) Middle East District intends to solicit names of construction firms experienced in working in the Middle East region who are interested in submitting a firm-fixed price offer for this project. This announcement is for the construction of SOF Parking Apron at Forward Operating Base (FOB), Shank, Afghanistan. This is based on US Army Central Command Integrated Global Presence, Basing Strategy and Master Plan. The contractor shall comply with all base security requirements. A firm fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $10,000,000 and $25,000,000. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 21 October 2010. The proposals will be due on or about 23 Nov 2010. Contract award is scheduled on or about 11 Feb 2010. PROJECT SCOPE: The scope of the Project includes construction of a Parking Apron, Taxiway and Maintenance Shelters. There is a requirement to construct a parking apron for rotary wing and fixed wing and taxi way to support surge requirements at FOB Shank, Afghanistan. The projects primary facilities include approximately 42,000 square meters of airfield apron for rotary and fixed wing aircraft with airfield markings, lightings, building information systems, ground points and tie-downs; 7,500 square meters of taxiway; and aircraft maintenance shelters. Supporting facilities provided will include electric service; water, sewer, and gas; paving, walks, curbs and gutters; information systems; and storm drainage. The complete facility will include any needed site improvements and all appropriate antiterrorism measures. All required physical security and antiterrorism/force protection measures will be incorporated. Sustainable principles will be integrated into the development, design, and construction of each project. Joint use potential will be incorporated where feasible. All work identified in the Scope of Work shall be completed approximately within 300 calendar days from the Notice to Proceed. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. PROPOSAL PROCEDURES: The Request for Proposal (RFP) will be issued only to prime construction contractors. Copies will not be released to suppliers, subcontractors and plan rooms. The Lowest Price Technically Acceptable (LPTA) contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the solicitation. This acquisition will result in a single fixed price construction contract awarded based on LPTA determination. PLANS AND SPECIFICATIONS: This is an electronically issued solicitation. The Government proposes to post the RFP to a file transfer protocol (ftp) site and be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: Ms. LaPoncer Randall-Allen, Contract Specialist, Telephone (540) 665-3767, e-mail Laponcer.d.randall-allen@usace.army.mil and Mr. Tino Philip, Contract Specialist, Telephone (540) 665-3953, e-mail Tino.philip@usace.army.mil REQUEST FOR SOLICITATION AND QUESTIONS: All requests shall be sent to Ms. LaPoncer Randall-Allen, Tino Philip, (information above), and Mrs. Pamela Gillum, Telephone (540) 665-3609 and e-mail Pamela.d.gillum@usace.army.mil. Request for W912ER-10-R-0093 must be made in writing and must provide the following information: Name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. The solicitation will be issued only to one point of contact for the company.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-10-R-0093/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02272427-W 20100910/100908235155-0a73666b9b02020ac07f56433d7e4068 (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.