Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOURCES SOUGHT

Y -- Renovation of Regional Training Center (RTC) Jalalabad Female Compound

Notice Date
6/8/2015
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W5J9JE-15-R-0018
 
Archive Date
7/3/2015
 
Point of Contact
Charles Hollingsworth, Phone: 540-723-4885
 
E-Mail Address
Charles.H.Hollingsworth@usace.army.mil
(Charles.H.Hollingsworth@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE The purpose of this notice is to perform SOURCES SOUGHT/MARKET RESEARCH. This is not a solicitation. Responses to this notice will be used by the Government to make appropriate acquisition decisions. The U.S. Army Corps of Engineers, Transatlantic Afghanistan District (TAA), requests letters of interest from qualified firms interested in performing was as descried on the synopsis of the Scope of Work (below). The Government intends to award a firm-fixed price design/build construction contract, using NAICS code 236220 - Renovation of Regional Training Center (RTC) Jalalabad Female Compound, Nangarhar Province, Afghanistan. SYNOPSIZED SCOPE OF WORK The Project consists of the design and renovation of the existing ANP Regional Training Center (RTC) male compound to accommodate and train up to 300 female students conducting simultaneous courses. The female compound will include classrooms, instructor offices, billeting, dining facilities, prayer rooms, exercise room, and training yard. Furniture, fixtures, and exercise equipment will be included however IM/IT will not be included in the acquisition package. The renovation and construction will be constructed in accordance with current building codes, safety, and security standards, and applicable to local standards. The Project shall include but not be limited to the necessary design program, site development and improvements, facilities, management, planning, materials, labor, and equipment for the renovation of the Regional Training Center (RTC) Jalalabad Female Compound. The contract performance period is estimated at 500 calendar days from the Notice to Proceed, The contract will consist of multiple Contract Line Item Numbers (CLINS), which are Firm Fixed Price, which will include one additional option. The estimated magnitude of this project is between $10,000,000.00 and $25,000,000.00. The Government's intent is to issue a solicitation for full and open competition, and use Lowest Price Technically Acceptable criteria. SUBMISSION REQUIREMENTS FOR RESPONSES TO THIS SOURCES SOUGHT: Please complete the capability survey below and provide all relevant information. Firms responding to this sources sought notice, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought notice. Please also complete the capability survey below. NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT NOTICE. Project Title: Renovation of Regional Training Center, (RTC) Jalalabad Female Compound Nangarhar Province, Afghanistan Capability Statement SECTION 1. GENERAL 1. Business Name: 2. Business Address: 3. Cage Code: 4. NAICS Codes: 5. Is your company registered in JCCS? 6. Expiration of AISA License: 7. Responsible Point of Contact: Name: Telephone: Email: SECTION 2. CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: Sole contractor Prime contractor performing at least 50% of the work with subcontractor(s) Prime contractor performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted). Joint venture with (Insert business name, business size, and cage code). SECTION 3. CAPABILITY 1. If awarded a contract, the maximum capacity our firm can adequately perform and provide Financial Surety (e.g. Performance and Payment Bond or Irrevocable Letter of Credit) for any contract (Insert maximum capacity in dollars). 2. Our firm ___ has /___ has not performed work for the Corps of Engineers in Afghanistan or Iraq. Provide Contract numbers POC information and brief Scope of Work. (Check box) 3. Our firm ___ is /___ is not capable and interested in performing this work in Afghanistan. (Check box) 4. Our firm ___ is /___ is not capable of providing a big guarantee of 20% of the estimated project magnitude. (Check box) 5. Our firm ___ is /___ is not capable of providing performance and payment bonds within the estimated magnitude of the project. (Check box) 6. Our firm ___ is /___ is not the necessary documents/permits/certifications required to perform work in Afghanistan. (Check box) 7. Our firm ___ has /___ has not constructed similar facilities listed under this project. Provide Contract numbers POC information and brief Scope of Work. (Check box) 8. Our firm ___ does /___ does not have the capability, qualifications, AND EXPERIENCE to perform construction in an overseas environment, to include LOGISTICAL SUPPORT, MEDICAL SUPPORT, AND SECURITY for our personnel, materials and equipment, in dangerous areas or war-zones, including subcontractors and suppliers. 9. If awarded a contract, our firm ___ is /___ is not capable to perform at least 51% of the cost of the construction and related services. 10. Based on your previous experience, identify the percent work effort you would expect to subcontract: 11. Our firm is performing, or has successfully performed Site Adapt and/or construction of facilities. (Provide name of project location, type of work performed, role of firm (prime, sub, and team member), dollar value of work performed by your firm percentage of total contract value performed by your firm, and date work was performed. Include no more than two single-spaced, 10 font, 8 1/2" x 11" pages containing this information.) 12. Our firm ___ is /___ is not experienced in obtaining Defense Base Act (DBA) insurance for our personnel. 13. Our firm ___ is /___ is not experienced with operating under SPOT requirements. 14. Our firm ___ has /___ has not performed a construction contract in the Nangarhar Province. If yes, provide the contract number: 15. Our firm ___ does /___ does not have specific type of work experience in design and construction of transmission lines, substations, electrical utility systems, and security. If yes, provide the contract number point of contact information and brief summary of the Scope of Work. SECTION 4. RETURN INSTRUCTIONS After you have completed all sections of the capability statement, please return the form to the Contract Specialist, Charles Hollingsworth at charles.h.hollingsworth@usace.army.mil. Your response needs to be received no later than 1300 Kabul Time on June 18, 2015. Information presented is for market research purposes only. The capability statement should NOT be more than 5 PDF pages in length.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE-15-R-0018/listing.html)
 
Place of Performance
Address: Jalalabad, Nangarhar Province, Afghanistan, Non-U.S., Afghanistan
 
Record
SN03757422-W 20150610/150608235552-a69785fe5b738703a62942ea9601ed92 (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.