Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOURCES SOUGHT

Y -- DESIGN AND BUILD DETENTION FACILITY

Notice Date
6/29/2011
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Kabul, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W5J9JEDETENTIONFACILITY
 
Response Due
7/6/2011
 
Archive Date
9/4/2011
 
Point of Contact
Shirely Whitby, 540-662-4538
 
E-Mail Address
USACE District, Kabul
(shirley.l.whitby@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought Synopsis/Market Survey, with the results to be used for preliminary planning purposes to gain knowledge of interest, capabilities, and qualifications from interested general construction contractors who have the resources to perform the anticipated requirements. This Project is not currently authorized or funded and this announcement does not constitute any commitment on the part of the Government. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Afghanistan Engineer District-North plans to award a Firm Fixed Price Construction project to design and construct detainee housing and related facilities. This includes, but is not limited to, detainee housing, guard towers, administration building, medical clinic, laundry, food preparation, detainee processing, visitor and warehouse facilities; primary and secondary electrical power supply, CCTV and communications, waste water treatment, sanitary and water distribution, storm water and related infrastructure, ATFP measures and building information systems necessary for a stand-alone US Government controlled detention facility. IAW with DFARS 236.204, the dollar magnitude of this construction project is between $25,000,000 and $100,000,000. The prime contractor must demonstrate that they have the capability to perform 25% of the contract work with his/her own employees. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 236220. Responses to this Sources Sought Synopsis/Market Survey shall be limited to ten (10) pages and shall include the following information at a minimum: 1.Offeror's name, address, points of contact, phone numbers, and e-mail addresses. 2.Offeror's interest in bidding on the solicitation. 3.Offeror's capability to successfully perform a contract of this size, scope, complexity, and dollar magnitude. Provide at least three (3) examples of offeror's in-house capability to execute comparable MILCON funded design and construction project work (including ability to adhere to the unique/higher standards associated with MILCON-type facilities) within the past five (5) years, to include a brief description of the project scope, customer name, points of contact (e-mail and telephone), contract period of performance, timeliness of performance, customer satisfaction, and dollar value of the project. 4.Provide at least two (two) examples of offeror's in-house capability to successfully perform construction of prison facilities on-time and within budget. Include a brief description of the project scope, customer name, points of contact (e-mail and telephone), contract period of performance, timeliness of performance, customer satisfaction, and dollar value of the project. 5.A list of all current on-going projects, project scope, percentage of work completed, dollar amount, complexity, scheduled and actual completion dates as well as scheduled finish and projected finish dates. 6.Describe the offeror's knowledge, availability, and success working on the Bagram Air Base to include badging and special requirements. 7.Describe the offeror's ability to develop the RFP design documents (estimated to be approximately 35% complete) to 100% complete and approved within 45 to 60 days of award. Include experience level of civil, mechanical, electrical, structural engineers and architects that will accomplish the work. 8.Describe the offeror's ability to expedite materials and equipment delivery to the project work site and how ordering and delivery of long lead items such as generators, HVAC, structural steel and electrical components (UL listed, NEC 2008 compliant) will be expedited. 9.Describe the offeror's ability to mobilize the workforce needed to accomplish work of this project size, scope, complexity and magnitude within 20 days or less, as well as to complete construction of one building (approximately 15,000 SF in size) within 90 days of receipt of Notice to Proceed (NTP) and then to complete construction of similar buildings at a rate of one building per month thereafter. 10. Offeror's Joint Venture (JV) information, if applicable. (existing and potential JV). 11.Familiarity with DBA Insurance and processing of claims. 12.Offeror's bonding capability. In particular, the U.S. Army Corps of Engineers, Afghanistan Engineer District-North is concerned with: a.Sufficient staffing and professional experience to complete design and receive approval within 45 to 60 days of award. b.Ability of the contractor to mobilize the workforce quickly. c.Experience on prison facilities, both in design and construction. d.Successful completion of projects within the contractual period of performance. Interested offerors shall respond to the Sources Sought/Market Survey no later than 6 July 2011. All interested offerors, to include JV's shall be registered in CCR prior to award. All responses to this request shall be submitted via e-mail to: Herman Lejeune at herman.n.lejeune@usace.army.mil and Matthew Dooley at matthew.r.dooley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5b3603ca410e602486e44cd05b6df1cc)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02484895-W 20110701/110629234256-5b3603ca410e602486e44cd05b6df1cc (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.