Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
MODIFICATION

Y -- The project {is placed on hold until further notice} consists of the survey, design, material, labor, and equipment for construction of two new approximately 20 km two lane, gravel roadways for a total of 40 km of new roadway.

Notice Date
2/25/2011
 
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
W5J9LE11R0020
 
Response Due
4/11/2011
 
Archive Date
6/10/2011
 
Point of Contact
Raymond Greenheck, (540)6626183
 
E-Mail Address
USACE District, Kandahar
(raymond.r.greenheck@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project {is placed on hold until further notice} consists of the survey, design, material, labor, and equipment for construction of two new approximately 20 km two lane, gravel roadways for a total of 40 km of new roadway. The project limits are from the ring road at UTM coordinate N3543115.3340 E588654.8039 south 20 km to UTM coordinate N3523541.7561 E588613.2339 (Section 1) and from FOB Dwyer at UTM coordinate N3441386.4904 E601277.5749 north 20 km to UTM coordinate N3455648.6001 E588367.9331 (Section 2). The proposed roadway shall consist of a 7.3 meter wide gravel carriageway with 1.5 meter wide gravel shoulders. This contract requires the Contractor to replace all culverts, erosion control structures, retaining walls, and causeways and to design and construct any additional necessary drainage/retaining structures. All structures shall be designed and constructed as required in accordance with the referenced design guides. All design parameters shall be in accordance with Section 01015. 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 shall be allowed until the proposed roadway alignment and profile have been approved by the Contracting Officer's Representative (COR). The roadway shall begin and end at logical points approved by the COR 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 696 days. The project is estimated at between $25M and $100M. Offerors are asked to submit their expression of interest on or before 3 February 2011, to the point-of-contact via email. The point-of-contact for this procurement is Ray Greenheck, Contracting Specialist, USACE-AES, Kandahar, APO AE 09355. You may reach Mr. Greenheck at 540-662-6183 or via email at raymond.r.greenheck@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-11-R-0020 will be available on or about {on hold until further notice, a date will be provided if/when this solicitation is restarted}. 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/5098647d641b24bc11d925ea97c98104)
 
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
SN02388641-W 20110227/110225234949-5098647d641b24bc11d925ea97c98104 (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.