Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2011 FBO #3603
SOURCES SOUGHT

J -- Obtain diesel generator power plant operation and maintenance for the USACE AES District, Afghanistan.

Notice Date
10/4/2011
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
USACE District, Kandahar, 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR, APO AE, AF 09355
 
ZIP Code
09355
 
Solicitation Number
W5J9LE-11-SS-0015
 
Response Due
10/19/2011
 
Archive Date
12/18/2011
 
Point of Contact
Katherine K. Clemens, 540-667-6467
 
E-Mail Address
USACE District, Kandahar
(katherine.k.clemens@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers, Afghanistan Engineer District South (USACE AES), Kandahar Air Field, Afghanistan is seeking preliminary marketing information from capable and reliable sources. The proposed requirement is to obtain diesel generator power plant operation and maintenance (O&M) for the USACE AES district. The contractor providing such diesel generator power plant O&M shall provide services at two (2) locations in support of the USACE AES mission. Location 1 is the Shurandam Industrial Park situated on the east side of Kandahar City; location 2 is the Baghi-Pul power plant situated on the west side of Kandahar City. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, labor and any other items and non-personal services necessary to perform the diesel generator power plant O&M. This effort is classified through the North American Industry Classification System (NAICS) under 811310, Commercial and Industrial Machinery and Equipment (except Automotive & Electronic) Repair and Maintenance. Respondents are asked to provide a Statement of Capabilities and also, responses to each of the questions below. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a contract procurement action will be issued. However, USACE AES will utilize the information for technical and acquisition planning. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE AES to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. No solicitation exists; therefore, do not request a copy of a solicitation. Questions may be directed to: Katherine.k.clemens@usace.army.mil, phone calls and fax transmittals will not be accepted. Interested offerors must address the requirements of this RFI in a written form as described in the previous paragraphs by electronic mail to: TAS.Contracting@usace.army.mil, no later than 5:00 PM Kandahar, Afghanistan local time on 19 October 2011. Respondents must demonstrate knowledge and expertise providing the services identified above in an OCONUS (Outside the Continental United States) theater. Responses must reference the request for information, and contain the respondents commercial and government entity (CAGE) code, if available. Please reference each response with the question numbers as follows: 1) Company name, company mailing address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code, and size of your organization (i.e. Large Business, Small Business) using as the basis for your response; 2) Provide a limited discussion of how your firm could meet the diesel generation O&M requirements within Afghanistan; 3) Provide detailed information on a minimum of two (2) contracts for similar work within the past three (3) years. Include complete references, contract titles, and dollar values, points of contact, email addresses, and telephone numbers; 4) Is your company a foreign-owned/foreign-controlled firm; 5) Number of personnel employed by your firm; 6) Provide your firms AISA license; 7) Demonstrate your firm's knowledge of and capabilities with the following: (a) Caterpillar (CAT) containerized generation units; (b) Terberg control systems; (c) fuel filtration packages; (d) fuel delivery and tracking; and (e) warehouse inventory control and management.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/efd13a45b265a64ab0b249d03eb5988f)
 
Place of Performance
Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
Zip Code: 09355
 
Record
SN02602296-W 20111006/111004235339-efd13a45b265a64ab0b249d03eb5988f (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.