Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2012 FBO #3864
SOLICITATION NOTICE

56 -- Afghanistan National Police (ANA), 3/3/201st Kandak at Naghlu Dam Garrison, Sarobi District, Kabul Province

Notice Date
6/21/2012
 
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
W5J9JE12R0106
 
Response Due
7/21/2012
 
Archive Date
9/19/2012
 
Point of Contact
Katrina B. Porter, 5406864568
 
E-Mail Address
USACE District, Kabul
(katrina.porter@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 18 JUNE 2012 UNDER W5J9JE-12-R-0106 PROJECT NUMBER: 10-E008 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Afghanistan Engineer District - North intends to issue a Request for Proposal (RFP) W5J9JE-12-R-0106 for the design and construction of the 3/3/201ST Kandak Naghlu Dam Garrison, Sarobi District, Kabul Province, Afghanistan. The work shall include the preparation of design documents and the subsequent construction of the facilities. The facility shall include structures as shown on the drawings, specifications, and contain all necessary utilities for operations. These utilities shall be designed and constructed in accordance with current building codes, safety, and security standards and applicable to local standards. Prepare a site grading and drainage plan and obtain approval prior to construction. Provide site and UXO clearance prior to construction activity. All utilities shall be complete and operational prior to occupancy. It is the contractor's responsibility to ensure that the designs are complete and are in compliance with the latest applicable building codes and regulations and other features as referenced in the Scope of Work. The intent is to provide permanent basing standards using the most cost-effective and expeditious construction methods to complete the project within a four-hundred-ninety (490) day period. SUBJECT TO AVAILABILITY OF FUNDS: In accordance with FAR 52.232-18 Availability of Funds. (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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 236210 - 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 in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 18 June 2012 and awarding the contract on or about 16 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 Katrina B. Porter at katrina.porter@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/01ff66eda8f327188432af15bd543a3f)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02781910-W 20120623/120621234749-01ff66eda8f327188432af15bd543a3f (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.