Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2012 FBO #3860
SOLICITATION NOTICE

Y -- W5J9JE-12-R-0118 for the design and construction of a new Special Support Battalion Headquarters for the Afghan National Civil Order Police (ANCOP) in Khak-e Jabar District, Kabul Province, Afghanistan

Notice Date
6/17/2012
 
Notice Type
Presolicitation
 
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
W5J9JE12R0118
 
Response Due
8/3/2012
 
Archive Date
10/2/2012
 
Point of Contact
Erica Talley, 999-999-9999
 
E-Mail Address
USACE District, Kabul
(erica.m.talley@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DO NOT CONTACT THE SPECIALIST TO REQUEST A COPY OF THE SOLICITATION. IT WILL BE POSTED TO ASFI ON OR BEFORE 03 JULY 2012 UNDER W5J9JE-12-R-0118. PROJECT NUMBER: PAS02XXXXAS DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Afghanistan Engineer District - North intends to issue a Request for Proposal (RFP) W5J9JE-12-R-0118 for the design and construction of a new Special Support Battalion Headquarters for the Afghan National Civil Order Police (ANCOP) in Khak-e Jabar District, Kabul Province, Afghanistan. The project is defined as the vertical construction of a site-adapt (1) ANCOP SSB; which includes, but is not limited to, all site utilities, admin buildings, barracks, DFACs, guard houses/shacks/towers, trsh collection, warehouses, water towers, water wells, POLs, septic tanks, leach fields, ECPs, detention cells, perimeter walls, motor pools, vehicle maintenance buildings, parking, road networks, generators, latrines, force protection, storm drainage systems, fuel points, communications, and other assets as referenced design, material, labor, and equipment to construct all utilities, vehicular access, buildings, force protection measures, site security, mine clearing activities, and other infrastructure for a design population of approximately 500 personnel, and other features as referenced in the Scope of Work, Technical Specifications and Site Drawings. The intent is to provide permanent basing standards using the most cost-effective and expeditious construction methods to complete the project within a 600 day period. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Industrial Building Construction TYPE OF SET-ASIDE: This acquisition will be unrestricted, full and open competition, no set-aside. SELECTION PROCESS: A Lowest Price Technically Acceptable (LPTA) selection process will be conducted in accordance with FAR part 15. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be more than $10,000,000.00 in accordance with FAR 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 03 July 2012 and awarding the contract on or about 23 August 2012. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors must have and/or maintain an active registration in the Central Contractor Registration (CCR) database, in the Online Representations and Certifications Application (ORCA) database, in the Joint Contingency Contracting System (JCCS) database, and must have an Investment License issued by the Afghanistan Investment Support Agency (AISA). To register a firm in CCR, visit http://www.ccr.gov. To register a firm in ORCA, visit http://www.bpn.gov. To register a firm in JCCS, visit https://www.jccs.gov/OLVRCAC/bta_jccs_login.aspx. To obtain an AISA-D license, visit http://www.aisa.org.af/english/applications.html. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist Erica Talley at erica.m.talley@usace.army.mil. Offerors are advised that questions will only be accepted in writing. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2bf3f7d1e602c1aa2ae7b1b0c426285f)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02778023-W 20120619/120617233021-2bf3f7d1e602c1aa2ae7b1b0c426285f (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.