Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOURCES SOUGHT

Y -- Construction project of Spill Containment, Fuel Pump, & Fuel Strainer Addition Camp Shorabak

Notice Date
3/7/2012
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building 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-SS-0009
 
Response Due
3/17/2012
 
Archive Date
5/16/2012
 
Point of Contact
Nicholas Emanuel, 5406676581
 
E-Mail Address
USACE District, Kandahar
(nicholas.p.emanuel@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, Transatlantic South, Kandahar Air Field Afghanistan (USACE-TAS), is seeking preliminary marketing information from capable and reliable sources. The proposed requirement consists of the installation, design, and construction of a new spill containment vehicle pad at bulk fuel transfer/ unloading points. The scope also includes the design and installation of modifications to the diesel fuel and mogas (gasoline) fuel systems (fuel fill stands, fuel pumps, fuel strainers, and fuel piping) in order to individually transfer diesel fuel and gasoline from bulk transportation vehicles to mass storage location. The project site is inside the 7th Kandak compound at Camp Shorabak Helmand, Afghanistan. Interested Contractors shall consider the following requirements: A.Site Location: Camp Shorabak, Helmand Province B.The magnitude of construction is between $100,000 and $250,000. U.S. Army Corps of Engineers, Transatlantic District-South (TAS), Contracting Office is currently seeking information to establish a list of qualified companies who may be interested in submitting a proposal to construct these types of facilities in this area. The contractor must be able to demonstrate that their company has the capability to successfully execute this project. The firm should provide the following information in their presentation: 1)Company Name, company mail address, point of contact, telephone number, e-mail address, Cage code, and size of your organization (i.e. Large Business/ Small Business) using as a basis for your response. 2)Information indicating the type of similar project your firm has successfully completed as a prime contractor. This project should include experience with installing complete and code-compliant fueling systems and cast in place concrete. The Government is looking for Prime Contractor experience only 3)Identify any contracts previously awarded to you by the U.S. Army Corps of Engineers. Provide the contract number in your response. 4)Provide a statement of your firm's ability to execute projects in subject location and ability to secure bonding. 5)Capabilities statement showing the maximum construction capacity your firm can adequately perform. The contractor should be familiar with this type of work and should have done it before. 6)Is your company a foreign-owned. foreign-controlled firm? 7)Number of personnel employed by your firm 8)Provide a copy of your firm's AISA license. 9)If Joint Contingency Contracting System (JCCS) registered, provide your Company ID RESPONSE REQUIREMENTS: All interested forms should send their presentation via e-mail to Nicholas Emanuel at Nicholas.P.Emanuel@usace.army.mil with a courtesy copy to TAS.contracting@usace.army.mil Presentations do not need to be in color and should be no more than twenty (20) pages in length. No hard copy or facsimile submissions will be accepted. Respondents should include the sources sought number (W5J9LE-12-SS-0009) in the subject line of the email. This sources sought announcement is a market research tool only, and IS NOT A REQUEST FOR PROPOSAL (RFP), nor does it restrict the Government as to the ultimate acquisition approach. No Solicitation exists; therefore, do not request a copy of a solicitation. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3996707eb6e1984c59eab3ff479e8033)
 
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
SN02691494-W 20120309/120307235941-3996707eb6e1984c59eab3ff479e8033 (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.