Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

Y -- MATOC for US Army Corps of Engineers, Transatlantic South Afghanistan (TAS)

Notice Date
11/15/2011
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-S-0004
 
Response Due
11/28/2011
 
Archive Date
1/27/2012
 
Point of Contact
Shaukat M Syed, Phone: 917-790-8176, Patrick Schanley, Phone: 9177908174
 
E-Mail Address
shaukat.m.syed@usace.army.mil, patrick.m.schanley@usace.army.mil
(shaukat.m.syed@usace.army.mil, patrick.m.schanley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement is a Sources Sought/Request for Information (RFI) for market analysis only, to determine if there is sufficient interest from capable firms for a proposed MATOC. The United States Army Corps of Engineers, New York District (USACE-NAN), in support of Transatlantic South, Kandahar Air Field, Afghanistan (USACE-TAS), is seeking preliminary market information from capable and reliable sources. The proposed requirement is for a Multiple Award Task Order Contract with Task orders ranging from $500,000 to $5M, a total capacity of $300M and a maximum of ten contracts. Task Orders issued under this MATOC will primarily address new construction, design-build (D-B), design-bid-build (D-B-B), site-adapt-construction, utility construction, general building renovation, new road construction, and general environmental work including but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical and concrete work for various projects anticipated in FY12 - FY14 program. The applicable North American Industry Classification System (NAICS) code is 236220, Commercial and Institutional Building Construction. 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-NAN and/or TAS and 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-NAN and/or TAS 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. Interested offerors must address the requirements of this RFI in a written form as described in the previous paragraphs by electronic mail to: Shaukat.M.Syed@USACE.Army.Mil with a courtesy copy to Patrick.M.Schanley@USACE.Army.Mil, no later than 2:00 PM EST, New York local time on 28 November 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. 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). Please provide you're your firm's income for the previous three (3) calendar years. 2) Provide your ability to perform the services outlined above. 3) Is your company a foreign-owned/foreign-controlled firm? 4) Number of personnel employed by your firm? 5) Provide a copy of your firms AISA license. 6) Provide detailed information on a minimum of two (2) contracts for similar work within the past three (3) years. Similar work is defined as a construction project with a contract value of $2.5M or more and located in Afghanistan. Include complete references, contract titles, and dollar values, points of contact, email addresses, and telephone numbers. Contracts worked for USACE are preferred, if applicable. 7) Either show your ability to work on multiple contracts at once by demonstrating it through your past experience or provide a narrative explaining how your organization has the ability. 8) What percent of surety have you provided in the past in Afghanistan (Choose one)? a. 0 b. 10 c. 20 d. More than 20 e. N/A (firm has not performed work in Afghanistan) 9) What value of payment and performance bonds can your firm obtain, in the aggregate and cumulative?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-S-0004/listing.html)
 
Place of Performance
Address: USACE District, Kandahar APO AE, 09355, AF, APO, Non-U.S., 09355, United States
Zip Code: 09355
 
Record
SN02623501-W 20111117/111115234331-6dfdc2f471a98d18a94712d8261f831b (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.