Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
MODIFICATION

Y -- AFGHAN NATIONAL DEFENSE UNIVERSITY (ANDU) PHASE IV PACKAGE B

Notice Date
11/1/2012
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-13-R-4000
 
Response Due
11/20/2012
 
Archive Date
1/19/2013
 
Point of Contact
Carmen E. Hopkins, Phone: 8163893264
 
E-Mail Address
carmen.e.hopkins@usace.army.mil
(carmen.e.hopkins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Kansas City District (NWK), in conjunction with Afghanistan Engineering District-North (AED-N), intends to issue a solicitation for construction services of the Afghanistan National Defense University (ANDU) - Phase IVB, and supporting facilities located in Kabul, Afghanistan. The solicitation will be available on or about 22 October 2012 on the Federal Business Opportunities (FBO) website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The construction scope includes the construction of a barracks, dining facility, library, gymnasium, laundry building, other support buildings, athletic field and parade ground to serve a population of approximately three thousand personnel. This acquisition is Unrestricted and will be issued as a Request for Proposal (RFP) which will result in the award of a single Firm Fixed Price (FFP) construction contract. The estimated overall period of performance for this acquisition is 450 calendar days from the issuance of Notice to Proceed (NTP). Furthermore, the contractor shall also prioritize certain male barracks and dining facility with a period of performance of 300 calendar days from the NTP. The Government will accept proposals from all offerors that qualify under NAICS code 236220. This announcement serves as the advance notice for this project. Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulation (FAR), conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specific to the pending solicitation, represents the best value to the Government. The source selection process to be utilized for this acquisition is Best Value - Trade Off. The submission requirements and evaluation criteria will be defined within the solicitation. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction projet is between $25,000,000 and $100,000,000. A Bid Guarantee will be required with your proposal in the amount of 20% of the offeror proposed price or $3,000,000, whichever is less. Payment and Performance Bonds will be required for the full amount (30%) of the awarded contract before the Notice to Proceed can be issued. HOW TO OBTAIN A COPY OF THIS SOLICITATION - - - The Request for Proposal (RFP) will only be issued to prime construction contractors. Copies will not be released to suppliers, subcontractors, plan rooms, home addresses, or Google accounts. In order to receive solicitation information please submit the following information in email format: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at www.fbo.gov. The Government will post instructions on how to obtain a copy of the RFP and specifications to the FBO site. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document(s) at the referenced website. POINT-OF-CONTACT - - - The point-of-contact for administrative or contractual questions is Carmen Hopkins Carmen.e.hopkins@usace.army.mil for W912DQ-13-R-4000. All communication must be made in writing and must provide the following information: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. The solicitation will only be issued to one point of contact for the company. Please no phone calls. All questions must be submitted in writing to the above point-of-contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-13-R-4000/listing.html)
 
Place of Performance
Address: KUBUL PROVINCE, AFGHANISTAN C/O CENWK-CT, 600 Federal Building, 601 E. 12th Street Kansas City MO
Zip Code: 64106-2896
 
Record
SN02923154-W 20121103/121101234816-75d98a6482c237b58a5c19a8b3b3824d (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.