Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2012 FBO #3879
SOLICITATION NOTICE

Y -- Dahla Dam Improvements Project Phase 1 (Intake and Outlet Works)

Notice Date
7/6/2012
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering 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
W5J9LE12R0078
 
Response Due
8/21/2012
 
Archive Date
10/20/2012
 
Point of Contact
Nicholas Emanuel, 5406676581
 
E-Mail Address
USACE District, Kandahar
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The majority of work in this project is related to the Intake Structure and Outlet Works to accommodate a future 8-meter dam raise which extends from the intake structure downstream to the outlet valve house. It also covers dam safety instrumentation and geotechnical investigation and all emergency closure gates, flow regulating valves, hydropower turbine, diesel generator, and all other ancillary equipment/structures required for proper operation of the Intake Tower and Outlet Works. Flow will be regulated through two 54-inch ring jet valves, with knife gate closures inline with the valves for emergency shut-off. Two 42-inch pipes shall be installed and capped for future municipal water supply. The new valve house will be powered by a new hydropower turbine, with a standby diesel generator located within the structure as back-up. Electrical distribution system will need to be constructed within the valve house to deliver power to the operating equipment. Contractor shall provide Interim and Final Design Services for components of the Intake Structure and Outlet Works including the intake structure downstream to the outlet valve house, including geotechnical investigation and all emergency closure gates, flow regulating valves, hydropower turbine, diesel generator, and all other ancillary equipment/structures required for proper operation of the Intake Tower and Outlet Works. Contractor shall provide Interim and Final Design Services for two 54-inch ring jet valves, with knife gate closures inline with the valves for emergency shut-off. Two 42-inch pipes shall be installed and capped for future municipal water supply. The new valve house will be powered by a new hydropower turbine, with a standby diesel generator located within the structure as back-up. Electrical distribution system will need to be constructed within the valve house to deliver power to the operating equipment. Contractor shall construct a new Intake Tower upstream of the dam to provide emergency tunnel closure. Access to the tower shall be from the dam embankment via a new access bridge. The tower shall include mechanical equipment to raise and lower a new emergency closure gate to block flow if necessary. Power for operating the equipment will be from remote terminals located at the dam end of the bridge, and provisions shall be incorporated for future ductbank from valve house to intake tower to power from hydropower turbine. All work shall be accomplished without affecting irrigation flow through the dam which occurs every year from 15 April to 15 October, and every year from 15 December to 15 January. This is a Request for Proposal (RFP) solicitation. Award of a contract will be made using the Lowest Price Technically Acceptable (LPTA). The applicable NAICS code is 237990 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 860 days. The magnitude of this project is between $25,000,000 and $100,000,000.00. The RFP closing date will be contained in the solicitation and any solicitation amendments that may be issued. The point-of-contact for this procurement is Nicholas Emanuel, Contract Specialist, USACE-AES, APO AE 09355. You may reach Mr. Emanuel at 540-667-6581 or via email at Nicholas.P.Emanuel@usace.army.mil, with a courtesy copy to TAS.Contracting@usace.army.mil A site visit will be conducted within 10 days after the solicitation is made available to offerors. This site visit will be the only opportunity to visit the site prior to the proposal date. All contractors interested in participating in the site visit are required to contact Linda Murphy at 540-722-6843 or via email at Linda.R.Murphy2@usace.army.mil no later than two (2) days after the solicitation is made available to offerors. Due to security requirements, all requests to participate in the site visit must be received by no later than two (2) days after the solicitation is made available to offerors. Requests to participate in the site visit that are received after that date may be rejected. All requests shall be directed to Linda Murphy at 540-722-6843 or via email at Linda.R.Murphy2@usace.army.mil. Due to the complex nature of the project bidders are strongly encouraged to participate in the site visit. Information required to participate in the site visit must include: a. Full name with last 4 digits of SS # and blood type. If you do not have a SS# please provide your passport or tazkara number. b. Complete personal contact information (cell #, email). c. Complete address, phone number and email of you organization. d. Two emergency contacts (emails and phone numbers). e. Company Name All contractors interested in the site visit are required to make their own arrangements to arrive at the project site. The time will be disseminated after the contractor confirms their interest in participating in the site visit. Only one person per contractor will be allowed to participate in the site visit. All responsible sources may submit a proposal which shall be considered by the Government. Requirements: FAR 52.204-7 (Central Contractor Registration) and DFAR S 252.204-7004 (Alternate A, Central Contract Registration) applies to this procurement. ALL prospective contractors must be registered in the Department of Defense CCR database and the Joint Contingency Contracting System (JCCS) prior to award. Offerors are encouraged to register early to ensure eligibility for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at https://www.bpn.gov/ccr/default.aspx. If you need a 9-digit Dun & Bradstreet (D&B) DUNS Number, please visit: http://fedgov.dnb.com/webform. Information on JCCS registration may be obtained via the internet at https://www.jccs.gov/olvr/default.aspx. Solicitation Number W5J9LE-12-R-0078 will be available on or about 21 July 2012. The 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 A 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/25d3792bd4e295bceae612203b7ab0dc)
 
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
SN02796436-W 20120708/120706235224-25d3792bd4e295bceae612203b7ab0dc (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.