Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
MODIFICATION

Y -- and Construct a Command and Control Facility at Bagram Air Base, Afghanistan

Notice Date
12/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-11-R-0001
 
Response Due
12/15/2010
 
Archive Date
2/22/2011
 
Point of Contact
Maria T. Evans, Phone: 2156566763
 
E-Mail Address
Maria.T.Evans@usace.army.mil
(Maria.T.Evans@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project was previously synopsized under Solicitation Number W912BU-10-R-0049. The contract work consists of construction of a Command and Control Facility at Bagram Air Base, Afghanistan. The project will be delivered using a design-bid-build approach. The contractor will be required to perform geotechnical and topographical studies and develop the civil and final foundations designs. Concept civil drawings and technical requirements will be provided. Primary facilities include a 2,230 square meters (sm) Command and Control Facility with pre-detonation roof, and a 1,045 sm Secure Storage Yard. Supporting facilities include electric service, water, sewer, gas, paving, walks, curbs and gutters, site improvements and/or demolition, information systems and other ancillary antiterrorism measures. Award will be made using best value source selection procedures. The evaluation factors listed in descending order of importance are: Factor 1 Performance Risk (which will include subfactors for Management Plan; Summary Schedule; Key Personnel Capabilities and Experience; and Organizational/Technical Approach, Factor 2 Experience (which will include subfactors for Prime Contractor Experience and Subcontractor Experience), Factor 3 Past Performance, and Factor 4Price. NOTE: The relative importance of factors and sub-factors will be listed in detail in the solicitation. All evaluation factors other than price, when combined, are significantly more important than price; however price will contribute substantially to the selection decision. The Government reserves the right to reject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer who submitted the proposal determined by the Government to be the most advantageous to the Government. The contract will include the following Options: Option 1*: Construct Water Distribution System to Include Water Storage Tank, Booster Pump Station, and Piping; Option 2*: Construct Water Distribution System to Connect Into Existing Base Utilities; Option 3*: Construct Sanitary Sewer Collection System to Include Sewage Holding Tanks and Piping; Option 4*: Construct Sanitary Sewer Collection System to Include Sewage Lift Station and Piping; Option 5*: Construct Fire Water Distribution System to Include Water Storage Tank, Booster Pump Station and Piping; Option 6*: Construct Fire Water Distribution System to Connect Into Existing Base Utilities. (*Each option includes Defense Base Act Insurance). Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and offers the greatest value to the Government. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 237310. Estimated cost range of the project is $10,000,000.00 to $15,000,000.00. The expected period of performance is four hundred fifty (450) calendar days. Issue date for the Request for Proposals is on or about November 15, 2010 with proposals due by 2:00 pm, EST, on or about December 15, 2010. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. An organized site visit will be conducted. Attendance is not mandatory but is highly encouraged. Complete details regarding the site visited will be included in the RFP. Solicitation documents, plans and specifications will only be available to those who have completed the access request document, via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractors responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.11. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Liquidated Damages will be specified. Bonding and insurance is required. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This acquisition is unrestricted. Email your questions to US Army Corps of Engineers Philadelphia District: Maria.T.Evans@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0001/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02343195-W 20101215/101213233940-0fc0867e83f2df11e926581b4d74bacd (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.