Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2011 FBO #3364
SOLICITATION NOTICE

Y -- Contract for Afghan National Army (ANA), Pol e Charki Garrison HQ, CFC & CAP DIV HQ in Kabul, Afghanistan

Notice Date
2/7/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kabul, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W5J9JE-11-R-0063
 
Response Due
3/23/2011
 
Archive Date
5/22/2011
 
Point of Contact
Deogracias Solis, 5405421423
 
E-Mail Address
USACE District, Kabul
(deogracias.c.solis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: The U.S. Army Corps of Engineers (USACE) Afghanistan Engineer District-North intends to solicit names of construction firms experienced in working in Afghanistan who are interested in submitting a firm-fixed price offer for this project. The project consists of the design, renovation, re-adaptation and construction of an upgraded garrison's facilities for the Afghanistan National Army's use at Pol-e-Charki Garrison in Afghanistan to include: Pol-e-Charki Garrison Headquarters; Consolidated Fielding Center (CFC); Capital Division Headquarters; Security Compound; Military Intelligence Kandak; and Division Logistics Battalion in Kabul, Afghanistan. PROPOSAL PERIOD: The solicitation is scheduled for release on or about 21 Feb 2011. The proposals will be due on or about 23 Mar 2011. Contract award will be no later than 14 Apr 2011. PROJECT SCOPE: The project is defined as the design, material, labor, and equipment to construct buildings, parking, utilities and other infrastructure identified in Package #1 Pol-e-Charki Build-Out Garrison HQ, CFC & CAPDIV HQ, on the west side of the garrison. The work within this contract shall meet and be constructed in accordance with current U.S. design criteria, International Building Codes (IBC), and Life Safety Code (NFPA-101). 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 over $10,000,000.00. The contractor may be required to coordinate the efforts required under this contract with at least one other contractor at the site. Such coordination requirements will be required as part of this contract. The coordination effort may be significant and may include such tasks as the exchange of information with other contractors such as design data, drawings, calculations, and technical information. Additionally it may be necessary for the contractor to conduct meetings, hold teleconferences, and prepare the submittal of additional information to the Contracting Officer (KO) that demonstrates the coordination and integration of new work with existing and future work of other contractors. All coordination shall be in agreement with the KO and approved prior to the commencement of any work. All work identified in the Scope of Work shall be completed within 450 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. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL A SOLICITATION EITHER BEFORE OR AFTER THE PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT. CONTRACTING OFFICE ADDRESS: U.S. Army Corps of Engineers (USACE) Afghanistan Engineer District-North (AED-N) Qalaa House APO, AE 09356 PLACE OF PERFORMANCE: Kabul, Afghanistan PROPOSAL PROCEDURES: The Request for Proposal (RFP) will only be issued to prime construction contractors. Copies will not be released to suppliers, subcontractors, plan rooms, home addresses, or Google accounts. The Lowest Price Technically Acceptable method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. This acquisition will result in a single fixed price construction contract awarded based on a Lowest Price Technically Acceptable determination. PLANS AND SPECIFICATIONS: The RFP and all further information will be posted to these websites: USACE-AED website: http://www.aed.usace.army.mil/AEN-Index.asp Army Single Face to Industry (ASFI): https://acquisition.army.mil/asfi/default.cfm Federal Business Opportunities (FEDBIZOPPS): https://www.fbo.gov/ Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: Mr. Deo Solis, Contract Specialist, telephone (540) 542-1423 and e-mail deogracias.c.solis@usace.army.mil. REQUEST FOR SOLICITATION AND QUESTIONS: All requests shall be sent to Mr. Deo Solis (see above for contact information). Request for W5J9JE-11-R-0063 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 only be issued to one point of contact for the company.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/79d36ed71ae5578b46747259b30f4fbb)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02374863-W 20110209/110207234602-79d36ed71ae5578b46747259b30f4fbb (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.