Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
SOURCES SOUGHT

R -- Request for InformationI - Master Plans: Herat and Kandahar (Afghanistan) Airports

Notice Date
5/25/2011
 
Notice Type
Sources Sought
 
Contracting Office
NBC - Acquisition Services Directorate 381 Elden Street, Suite 4000 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
RFI64454
 
Response Due
6/2/2011
 
Archive Date
5/24/2012
 
Point of Contact
David Ialenti Contract Specialist 7039643651 david.ialenti@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: The Department of Interior (DOI), National Business Center (NBC), Acquisition Service Directorate (AQD) in Herndon, VA, is issuing the subject Request for Information (RFI) on behalf of the Task Force for Business and Stability Operations (TFBSO) - DoD in Afghanistan. AQD is a federal franchise fund contracting office within DOI and is authorized to provide acquisition support to all federal and DoD agencies under the authority of the Government Management Reform Act (GMRA). SUBJECT: Request for Information for Master Plans: Herat and Kandahar Airports; RFI64454 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This Request for Information (RFI) is a mechanism for obtaining feedback from contractors in regard to the requirements stated below, and is part of the acquisition planning and market research phase for this acquisition. The industry input received from this RFI will aid in determining available sources that can meet the Government's below stated requirements and may be considered in preparing an official solicitation package. This RFI does not constitute a solicitation. The anticipated NAICS code is 541310, Architectural Services. If contractors believe a more appropriate NAICS code applies to the requirement as described below, include this feedback in your response. This RFI does not commit the Government to contract for any supply or service. The U.S. Department of the Interior, National Business Center, Acquisition Services Directorate is not at this time seeking quotes. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Any information provided by contractors to the Government as a result of this RFI is voluntary. The information provided in this RFI is subject to change and is not binding on the Government. 1. Summary: The Task Force for Business and Stability Operations (TFBSO) supports the security interests of the United States and its Coalition Partners in Afghanistan by focusing efforts on revitalizing the national and provincial economies. In order to achieve that end, TFBSO seeks to restore productive capacity in the economy wherever possible and serve as a catalyst for private investment in Afghanistan by linking the international business community to Afghan business leaders and government officials. Opening international travel routes in and out of Afghanistan is critical to bringing international and Afghan businesses together. TFBSO intends to develop comprehensive Master Plans for Herat and Kandahar Airports. This effort builds upon the economic and security gains of Herat Province, Afghanistan, and status of Kandahar as Afghanistan's newest and fastest growing international airport - two critical entry points for business and commerce in Afghanistan. 2. Description of the Requirement: The Contractor shall provide all personnel, equipment, supplies, and any other items or resources to perform the tasks leading to the delivery of Master Plans for Herat and Kandahar Airports as described below. The Contractor shall provide the following: Development of two (2) comprehensive, long-term airport Master Plans, one for Kandahar International Airport, and one for Herat Airport, according to the requirements of the Government and the Government of the Islamic Republic of Afghanistan (GIROA). 2.1. TASKS All Master Plans submitted must conform to the requirements of GIROA's Ministry of Transportation and Civil Aviation (MOTCA), International Civil Aviation Organization (ICAO) Annex 14 Aerodromes, the ICAO Aerodrome Design Manual (Doc 9157), and the ICAO Airport Master Planning Manual (Doc 9184). Airport Planning tasks include the following: 2.1.1 Inventory - The Contractor will research and document the existing airport, airport facilities (landside and airside), socioeconomic, political, safety, security, and environmental and relevant community data as may be needed to address the tasks required. The existing land use and/or General Plan for land use within an Airport Influence Area and an updated airport weather map analysis will be required as a part of this Master Plan. The contractor will be responsible for coordinating with MOTCA to obtain any research material applicable to each airport. 2.1.2 Aviation Demand Forecasts - The contractor will develop estimates of the short (0-5 years), intermediate (6-10) years, and long term (11-20 years) aviation activity at each airport. Comparisons with existing/historical and most recent national and regional airport system plan forecasts, when available, will be illustrated. 2.1.3 Demand Capacity and Facility Requirements - The contractor will determine the existing and forecast the short, intermediate and long range annual service volume, hourly capacity and airport/aircraft delay of the airport. The contractor will identify runway use percentages for all active runways. The contractor will identify the airside and landside facilities needed to satisfy demand for the same time periods. 2.1.4 Development Alternatives Analysis - The contractor will analyze the "No Development" and "Development at another Airport" alternatives prior to identifying and preparing several possible development alternatives for further evaluation. The contractor shall review both future airside and landside development layouts before selecting a minimum of three (3) airside and three (3) landside alternatives for more in depth evaluation (a landside and an airside alternative may be combined in a single graphic). The recommended airside and landside development alternatives will be described graphically and in the text. A matrix containing alternative criteria (including cost information) and an evaluation as to the extent each alternative meets the criteria, should be included with the summary and/or selected alternative(s). 2.1.5 Environmental Evaluation - The contractor will examine both the existing and the future environmental impacts of the proposed development initiative and identify to MOTCA any potential or existing environmental problem areas that may be encountered at each airport during the development period. The evaluation should include existing and long-range noise contour exhibits depicting noise impacts. During the coordination with outside agencies, indicate any additional studies/requirements that will be necessary before any proposed development construction (NOTE: Any studies/requirements resulting from environmental coordination will be identified but not accomplished under this Master Plan requirement). 2.1.6 Airport Plans - The contractor shall provide Airport Layout Plans for each individual airport at Herat and Kandahar (two plans total), in accordance with ICAO guidelines. Copies of the Airport Layout Plans (ALPs) will be provided to MOTCA for review. The contractor shall submit one Airport Layout Plan per Master Plan, which is to include the following: " Airport Layout Drawing" Terminal Area Drawing" Airport Airspace Drawing - Obstacle Limitation Surfaces" Inner Portion of the Approach Surface Drawing" Runway Protection Zones Plan" Airport Land Use" Airport Property Map" As-Built Drawings for all in ground utilities including electric, Telecom/IT, water, sewage systems) 2.1.7 Airport Development Schedule and Financial Analysis - The contractor will identify the capital improvements necessary to meet aviation demand and the facility requirements throughout the planning period. The Development Schedule will indicate projects, costs, and distribution of costs (national, provincial, private, and local) for each year in the short, intermediate, and long term. A Cash Flow analysis of operating revenues and expenses will be prepared for the current year and each year of the Master Plan planning period. 2.2. EXPERIENCE / EXPERTISE REQUIREMENTS The Contractor shall provide personnel with experience in developing airport master plans to support this initiative. The Government anticipates the following labor categories, each with their minimum experience required to perform the work specified herein. 2.2.1 Project Manager - The Project Manager shall have a Master's of Science degree in Engineering, planning, or a related field. A minimum of 15 years experience in airport master planning is required. 2.2.2 Airport Planner - Requires an accredited Bachelor's and Master's Degree in planning, aviation, engineering, architecture, or a related field. 10 or more years in aviation planning (preferably at mid to large hub airports) is also required, as is working knowledge of airport simulation models and tools. 2.2.3 Engineer - Requires aviation experience including the design and management of airport projects, working knowledge of international airport planning and engineering design standards, a thorough understanding of the ICAO master planning process and deliverables, and knowledge of airport operations and construction methods. Also requires a Bachelor's and Master's of Science or Arts degree in Civil Engineering and at least 10 years experience in airport engineering. 2.2.4 Environmental Science Specialist - Requires a Bachelor's and Master's of Science or Arts degree in environmental science, planning, engineering, or a related field, as well as 10 years experience in managing and preparing environmental evaluations for airport master planning, improvement and development projects in compliance with international standards and/or state environmental regulations. 2.2.5 Socioeconomic Specialist - Requires a Bachelor's and Master's of Science or Arts degree in environmental science, planning, engineering, economics, or sociology, as well as at least 10 years experience managing and preparing socioeconomic evaluations for airport master planning. 3. Period of Performance: 6 months 4. Place of Performance: Performance shall occur in Herat and Kandahar, Afghanistan. 5. Travel: Travel for this effort is anticipated for contractor personnel. Travel associated with this contract entails transporting parties of interest to venues vital to the success of the "Master Plans - Herat and Kandahar Airports" requirement inside and outside the borders of Afghanistan. The Government shall provide the Contractor with Life Support within Afghanistan. Life Support includes: living accommodations; potable water; electricity; internet access; trash removal; and related support services. 6. Clearance Level: Some contracted personnel may be required to have a security clearance to perform certain tasks. 7. Contractor Personnel Physical Security in Afghanistan: While the contractor is in Afghanistan, the Government shall provide a security contractor team to be responsible for providing protective detail and ground transportation. 8. Structure for Responses: All interested parties who believe they can meet the requirements described in this RFI are invited to submit, in writing, complete information describing their ability to provide the deliverables under this effort. Information demonstrating their capabilities shall include: " An organizational background, including any small business set-aside designations" Methods and techniques for completing each task" Evidence that their organization has current capabilities for assuring performance of the requirement (Taking into consideration Afghanistan as place of performance)" Information on contracts that demonstrate recent and/or relevant experience including problem areas and resolution." Contractor feedback (if applicable) regarding an appropriate NAICS code for this requirement." Contractor feedback (if applicable) regarding any suggested additions/subtractions/variations to the anticipated labor categories described in this RFI. Responses shall not exceed 5 pages on standard 8 x 11 inch and should include the organization's name, DUNS number, the name, email address and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Only electronic submissions of information in Microsoft Word, Excel, or Adobe PDF format as appropriate provided to the email address specified will be accepted. RFI responses should be sent to the email address shown below. All emails should include in the subject line the RFI number and the submitting organization's name. All interested parties should provide their submissions via email by 10:00 AM Eastern Standard Time on June 2, 2011. There will be no posting of questions and answers resulting from this notice. Submit response and information to the following: Point of Contact: David A. IalentiEmail: david.ialenti@aqd.nbc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0572fc80f0e96bdddb7173e03e5de7ff)
 
Record
SN02456677-W 20110527/110525234721-0572fc80f0e96bdddb7173e03e5de7ff (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.