Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

Y -- AAF Aviation Enhancement Kandahar, Afghanistan (Planning, Design, and Construction) ANA18056

Notice Date
7/17/2018
 
Notice Type
Modification/Amendment
 
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
W5J9JE18R0020
 
Point of Contact
Nikisha W. Cook, Phone: 5407234949, Erica Taylor,
 
E-Mail Address
nikisha.w.cook@usace.army.mil, erica.j.taylor@usace.army.mil
(nikisha.w.cook@usace.army.mil, erica.j.taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE 1. ANTICIPATED PROJECT TITLE: Afghan Air Force (AAF) Aviation Enhancement Kandahar 2. AGENCY: U.S. Army Corps of Engineers, Afghanistan District 3. NAICS: 236220 Commercial and Institutional Buildings 4. CONTRACT SPECIALIST: Ms. Nikisha Cook at nikisha.w.cook@usace.army.mil 5. CONTRACTING OFFICER: Ms. Erica Taylor at erica.j.taylor@usace.army.mil 6. PLACE OF PERFORMANCE: Kandahar, Afghanistan 7. SOLICITATION NUMBER: W5J9JE-18-R-0020 8. DESCRIPTION: The project consists of the design and construction of the Afghanistan Air Force (AFF) Aviation Enhancement at the Kandahar Air Base, Kandahar Province, Afghanistan. This project has three main components that consists of the design and construction of additional Life Support Areas (LSA) for the AAF identified as LSA 1, Option LSA 2, and Option LSA 3. The three LSAs are summarized as follows: LSA 1: LSA 1 consists of the design and construction of new facilities, as shown on the Concept Drawings and as specified herein. In addition to the required LSA 1 facilities, work shall include site demolition, site grading and drainage, sidewalks, water distribution system, wastewater collection system, electrical distribution system and power connection, and all work incidental to provide a complete and useable LSA 1. Option LSA 2: As an option to the Government, Option LSA 2 consists of the design and construction of new facilities, as shown on the Concept Drawings and as specified herein. In addition to the required LSA 2 facilities, work shall include site demolition, guard towers, concrete stone veneer perimeter wall, aggregate surfaced perimeter road, site grading and drainage, detention pond, sidewalks, water distribution system, wastewater collection system, electrical distribution system and power generation, and all work incidental to provide a complete and useable Option LSA 2. Option LSA 3: As an option to the Government, Option LSA 3 consists of the design and construction of new facilities, as shown on the Concept Drawings and as specified herein. In addition to the required LSA 3 facilities, work shall include site demolition, any required finish grading and drainage, sidewalks, water distribution system, wastewater collection system, electrical distribution system and power generation, and all work incidental to provide a complete and useable Option LSA 3. 9. TYPE OF CONTRACT: This solicitation will be for award of a STANDALONE (SINGLE) Design Build Construction Contract. 10. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 11. CONTRACT MAGNITUDE: In accordance with FAR 36.204 and DFARS 236.204, the Disclosure of Magnitude is between $10,000,000 and $25,000,000. 12. SPECIAL NOTICE: System for Award Management (SAM) Please take notice that the System for Award Management (SAM, www.sam.gov) has a new entity registration requirement that firms submit an "original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated." This applies to all new entity registrations and all entity registration renewals, effective 29 April 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/samupdate. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. NOTE: the instructions are different for domestic (U.S. based) and international (not U.S. based) firms. Offerors are reminded that the solicitation will include the provision FAR 52.204-7 SAM, and the resulting award will include either the clause FAR 52.204-13 SAM Maintenance or 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to be eligible for the contract award resulting from the solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office. Instructions for domestic entities (located in the U.S. or its outlying areas): https://fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183 Instructions for international entities (not located in the U.S. or its outlying areas): https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=dbf8053adb119344d71272131f961946&sysparm_search=KB0013221 13. SOLICITATION WEBSITES: A. FEDERAL BUSINES OPPORTUNITIES: Notification of the solicitation's availability will be posted via Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov. B. SYSTEM FOR AWARD MANAGEMENT: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award. C. AMRDEC: All prospective contractors must submit their proposals via U.S. Army Aviation and Missile Research Development and Engineering Center for Safe Access File Exchange (AMRDEC SAFE) https://safe.amrdec.army.mil.safe. Instructions will be provided in the solicitation. 14. REQUIRED REGISTRATIONS: Failure to have an active and completed registration in any one of the following databases may determine an offeror ineligible for award and removed from competition. A successful offeror with incomplete or expired registrations at the time of award may not be eligible for a contract. In such instances, the Government will award to the next successful offeror who is eligible for award. The Government reserves the right to determine an offeror non‐responsible at any time after receipt of proposal if the offeror is found to be ineligible for installation access in accordance with CENTCOM Clause 5152.225‐5916, Mandatory Eligibility for Installation Access. Information contained within an offeror's registration must be current and valid. The responsibility of maintaining current information contained in an offeror's registration rests solely on the offeror. A. Joint Contingency Contracting System (JCCS): https://www.jccs.gov/ B. Still valid Afghan Investment Support Agency (AISA) License will be accepted: http://www.aisa.org.af/ C. or newly acquired Ministry of Commerce and Industries (MOCI) Entrepreneurial License http://moci.gov.af/. If an offeror is a joint venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. This is applicable to SAM, JCCS, and AISA and MOCI. The Government will not accept separate registrations and licenses for each separate entity representing the JV. An offeror's subcontractors are required to be registered and active in JCCS. In accordance with CENTCOM Clause 5152.225‐5916, Mandatory Eligibility for Installation Access, offerors are required to submit a listing of all proposed subcontractors, at all tiers, to the contracting officer with the submission of their proposal, and provide updates during the life of the contract when subcontractors are added or removed. If no subcontractors are expected to perform during the life of the contract, a bidder must submit a negative response to the contracting officer within its proposal. Subcontractors at every tier are held to the same installation access requirements, as noted above, as prime contractors. 15. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 21 July 2018. Additional details can be found when the solicitation notification is posted. 16. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. 17. POINT-OF-CONTACT: The USACE TAA Contracting Office will be the sole point-of-contact for this solicitation. The Primary Point of Contact for this solicitation is Contract Specialist Ms. Nikisha Cook at nikisha.w.cook@usace.army.mil and the Secondary Point of Contact is Contracting Officer Ms. Erica Taylor at erica.j.taylor@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE18R0020/listing.html)
 
Record
SN04996173-W 20180719/180717231523-6c5aecb1ddfbcdb556202a747dff99b0 (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.