Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2011 FBO #3379
SOLICITATION NOTICE

Y -- DARULAMAN NEW CONSTRUCTION, KABUL PROVINCE, AFGHANISTAN

Notice Date
2/22/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ11R4017
 
Response Due
3/9/2011
 
Archive Date
5/8/2011
 
Point of Contact
Carmen E. Hopkins, 816-389-3264
 
E-Mail Address
USACE District, Kansas City
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Corps of Engineers, Kansas City District, intends to issue a solicitation for the design and construction of facilities at Darulaman for the CAPDIV, Afghan National Army (ANA) in Kabul Province, Afghanistan. The solicitation will be available on or about 09 March 2011 on the FedBizOpps website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The project is defined as providing the design, materials, labor, and equipment to construct buildings, parking, utilities, and other infrastructure for a population of approximately 4000 -5000 personnel. The intent is to provide permanent basing standards utilizing metal arch span type of construction. The project is composed of barracks, administrative space, training classrooms, and all associated appurtenances as applicable to include utilities infrastructure. The facilities included within this contract will be: Five Barracks Two Administration facilities Three Latrines Two Vehicle Maintenance Buildings Eight Motor Pools Two POL Storage Buildings Two Literacy Classrooms MWR Building The supporting facilities will include roads, parking areas, and foot paths. All service line utilities shall be tied into existing base infrastructure (water, waste water and electrical). Roads and parking areas should be able to withstand 18,000-kg (20-ton) vehicles. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is: between $10,000,000 and $25,000,000. The period of performance for this acquisition is 365 calendar days from the issuance of Notice to Proceed (NTP). Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulations (FAR), conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specific to the pending solicitation, represents the best value to the Government. The source selection process to be utilized for this acquisition is Best Value. The submission requirements and evaluation criteria will be defined within the Solicitation. HOW TO OBTAIN A COPY OF THE SOLICITATION - - - 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. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website and a file transfer protocol (FTP) website. The Government will post the RFP and specifications on the FTP and FBO site and it will be password protected. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for an offerors inability to access the document at the referenced website. POINTS-OF-CONTACT: The point-of-contact for administrative or contractual questions is KC.ME@usace.army.mil. Request for W912DQ-11-R-4017 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. Please no phone calls. All questions must be submitted in writing to the above points-of-contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ11R4017/listing.html)
 
Place of Performance
Address: USACE District, Kansas City - Afghanistan ATTN: CENWK-CT, Federal Building, RM 647, 60l East 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02384991-W 20110224/110222234355-4a9c9c71e3b718696e4f598718fdaae0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.