Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

Y -- 4/203 Infantry Kandak for the Afghan National Army (11-E051)

Notice Date
8/30/2012
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-R-0039
 
Response Due
10/16/2012
 
Archive Date
12/15/2012
 
Point of Contact
Matthew Lubiak, 917-790-8089
 
E-Mail Address
USACE District, New York
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue a solicitation for construction of an infantry kandak for the Afghan National Army located in the vicinity of Logar Province, Afghanistan. The solicitation will be available on or about September 14, 2012 on the FedBizOpps website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The project consists of the construction of facilities and supporting infrastructure for an ANA Infantry Kandak for the 4th Brigade, 203rd Corps of the Afghanistan National Army (ANA) located in the vicinity of Logar Province, Afghanistan. Project will include all living and support facilities and associated appurtenances as applicable to include utilities, roads and force protection infrastructure. The project is defined as the design, materials, labor, and equipment to construct buildings, interior roads, parking, utilities, access roads, and other necessary infrastructure. The majority of the facilities are to be constructed site adapt standard designs. The North American Industry Classification System (NAICS) code is 236220 In Accordance With FAR 36.204 and DFARS 236.204 the estimated magnitude of this construction project is between $25,000,000 and $100,000,000. The period of performance for this acquisition is 670 calendar days from the issuance of Notice to Proceed (NTP). Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulations (FAR), conforms to the solicitation requirements; and whose proposal, judged by an overall assessment of the evaluation criteria, represents the best value to the Government. The source selection process to be utilized for this acquisition is Unrestricted Best Value Two-Phase Request for Proposal (RFP). The submission requirements and evaluation criteria will be defined within the Solicitation. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.2 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Lubiak, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email:matthew.lubiak@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0039/listing.html)
 
Record
SN02862640-W 20120901/120831000913-a8e10e07b6d674d47efb0aab704db8e7 (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.