Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2010 FBO #3312
MODIFICATION

99 -- - REVISION TO RESPONSE DATE, REVISED RESPONSE DATE IS 07 JANUARY 2011 -- AFGHANISTAN ENGINEER DISTRICT SOUTH (AES) Firm Fixed Price Contract for asphalt two lane road from Nawa to Lashkar Gah, Afghanistan

Notice Date
12/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge 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-11-R-0015
 
Response Due
1/7/2011
 
Archive Date
3/8/2011
 
Point of Contact
John M. Perez, 540-542-6680
 
E-Mail Address
USACE District, Kandahar
(john.m.perez@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project consists of the survey, design, material, labor, and equipment of a new approximately 21 km two lane, asphalt surfaced roadway from Nawa to Lashkar Gah, Afghanistan. The roadway will consist of a 6 meter wide paved carriageway with 1.5 meter wide gravel shoulders. The road passes through heavily irrigated terrain and must be constructed to minimize disruption of the irrigation of the area. The contract shall require replacement of all existing, culverts, erosion control structures, retaining walls, and causeways and design and construction of any additional necessary drainage/retainage structures. A complete design shall be provided by the Contractor for all new structures. Large 4 meter span culverts will be required where the road passes over major irrigation canals. All structures shall be designed and constructed as required in accordance with the design guides. Road signs and pavement markings shall be applied as appropriate. The Contractor will develop new horizontal road geometry. The normal road grade shall be less than 8%. The maximum road grade shall be 10%. Any grade greater than 8% shall not be sustained for more than 100m. No construction activity will be allowed until the proposed roadway alignment and profile have been approved. The roadway will begin and end at logical approved points in coordination with local government officials (as applicable). The Government intends to make one award as a result of this solicitation. Award of a contract will be made to the responsible offeror who submits the lowest priced, technically acceptable proposal that is both realistically and reasonably priced for the work to be performed. Offers will be evaluated in accordance with the evaluation criteria stipulated in the solicitation. An offeror may not receive award, even if it has the lowest-priced, technically acceptable proposal, if its price proposal fails to demonstrate that it understands the scope of work required by the solicitation. The applicable NAICS code is 237310 ($28.5M small business size standard). The resulting contract is for 560 days. The magnitude of construction is estimated between $10,000,000 and $25,000,000. Offerors are asked to submit their expression of interest on or before 17 December 2010, to the point-of-contact via email. The point-of-contact for this procurement is John Perez, Contracting Specialist, USACE-AES, APO AE 09355. You may reach Mr. Perez at 540-542-6680 or via email at john.m.perez@usace.army.mil Requirements: DFAR 252.204-7004 Required Central Contract Registration (CCR) applies to this procurement. U.S. 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 http://www.ccr.gov. Electronic copies of the solicitation will not be accepted. Solicitation Number W5J9LE-10-R-0015 will be available on or about 07 January 2011. The RFP (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/5060570038c8d5b5b4e408be39485991)
 
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
SN02347005-W 20101219/101217234445-5060570038c8d5b5b4e408be39485991 (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.