Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2011 FBO #3652
SOLICITATION NOTICE

Y -- TRANSATLANTIC SOUTH (TAS) Firm Fixed Price Contract for Design and Construction of the Special Operations Forces Helicopter Apron, Herat Province, Afghanistan.

Notice Date
11/22/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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-12-R-0019
 
Response Due
11/30/2011
 
Archive Date
1/29/2012
 
Point of Contact
Richard Horton, 540-678-3063
 
E-Mail Address
USACE District, Kandahar
(richard.d.horton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TRANSATLANTIC SOUTH (TAS) Firm Fixed Price Contract for Design and Construction of the Special Operations Forces Helicopter Apron, Herat Province, Afghanistan. NOTE: This synopsis is posted for a previously advertized acquisition (W5J9LE-12-R-0007) which was cancelled in error. This previously advertized solicitation is now designated as W5J9LE-12-R-0019 and the solicitation will be made available for download concurrent with, or shortly after posting of this announcement. This project consists of the design and construction of a paved apron for rotary-wing and fixed wing aircraft, with connecting taxiway, shoulders and pavement markings to suit the various mission requirements at Herat Air Base in Afghanistan. Work will include two soft-side aircraft shelters, grounding points, edge lighting, utilities and other necessary site improvements including but not limited to clearing, grading, and necessary storm drainage measures such as culverts, rip-rap, etc. Contractor shall perform site specific geotechnical investigation and topographic survey as required in the specification sections and other contract documents. The Contractor shall relocate any existing utilities, cables, etc., as required for the construction. The work shall include the preparation of construction design documents and the construction required to provide fully functional facilities. The facilities shall be designed and constructed in accordance with current U.S. Design Standards, safety, security, ecological standards, applicable local standards and other criteria as defined in the specification sections and other contract documents. The contractor shall be responsible for providing final design and as- built drawings for most facilities, site work, and related designs. The rotary / fixed wing aircraft apron will be sited adjacent to existing runway within the perimeter of the Herat airbase located in Afghanistan. The Herat Air Base will remain operational during construction of this project. The contractor should be aware of the fact that Herat will have multiple projects possibly being constructed at the same time. All work and phasing of work must be coordinated through the USACE Contracting Officer's Representative (COR). It will be imperative that the contractor take into consideration the potential to have other on-going construction work and coordinate efforts under this contract in conjunction with other work to avoid schedule impacts and other conflicts. The Contractor will need to confirm the location of the mobilization area or lay-down yard with the Contracting Officer and Commander Herat Airfield's (COMKSAF) Planning Board. The Contractor will have an opportunity to visit the site and will need to coordinate a precise location for their lay-down yard mobilization area. Mobilization is covered in more detail in the specifications. The Contractor may have an onsite concrete batch plant. Areas for stock piling and the batch plant will be designated by the Contracting Officer. This is a Request for Proposal (RFP) solicitation. Award of a contract will be made using the Best Value/Lowest price Technically Acceptable (LPTA) procedures. The applicable NAICS code is 237990 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 210 days; the options may be exercised at the discretion of the government. The magnitude of this project is between $10M and $25M. The RFP closing date will be contained in the solicitation and any solicitation amendments that may be issued. The point-of-contact for this procurement is Richard Horton, Contract Specialist, USACE-AES, APO AE 09355. You may reach Mr. Horton at 540-678-3063 or via email at Richard.D.Horton@usace.army.mil, with a courtesy copy to TAS.Contracting@usace.army.mil. All responsible sources may submit a proposal which shall be considered by the Government. Requirements: FAR 52.204-7 (Central Contractor Registration) and DFAR S 252.204-7004 (Alternate A, Central Contract Registration) applies to this procurement. ALL prospective contractors must be registered in the Department of Defense CCR database prior to award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at https://www.bpn.gov/ccr/default.aspx. If you need a 9-digit Dun & Bradstreet (D&B) DUNS Number, please visit: http://fedgov.dnb.com/webform. Solicitation Number W5J9LE-12-R-0019 will be available on or about 22 October 11. The Solicitation and all further information will be posted to these websites: USACE-AED website at http://www.aed.usace.army.mil/contracting.asp Army Single Face to Industry (ASFI) Acquisition Business Web Site: https://acquisition.army.mil/asfi/default.cfm Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE PROPOSAL OPENING, WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/96aa1c48780dc04dc9d4fdfdc3431a6d)
 
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
SN02628229-W 20111124/111122235507-96aa1c48780dc04dc9d4fdfdc3431a6d (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.