SOLICITATION NOTICE
56 -- ANA, Kabul Military Training Center, Kabul District, Kabul Province, Afghanistan
- Notice Date
- 10/18/2012
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Kabul, APO AE, 09356, Afghanistan
- ZIP Code
- 00000
- Solicitation Number
- W5J9JE-13-R-0004
- Archive Date
- 1/15/2013
- Point of Contact
- Katrina B. Porter, Phone: 5406864568
- E-Mail Address
-
katrina.porter@usace.army.mil
(katrina.porter@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- ********TELEPHONE CALLS WILL NOT BE ACCEPTED************ Project Number: 12-C015 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Transatlantic District- North intends to issue a Request for Proposal (RFP) W5J9JE-13-R-0004 for Afghanistan National Army (ANA), Kabul Military Training Center (KMTC) Phase 4, Kabul Province, Kabul District, Afghanistan. This project consists of 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 as such. These facilities 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. 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. This project will consist of materials, labor, and construction of various infrastructure and facilities and other features as referenced within the Statement of Work (SOW), using expeditious construction methods, to complete the project within a 540 (five-hundred-fourty) days period. T YPE 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 Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be unrestricted, full and open best value lowest price technically acceptable (LPTA) 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 between $25M to $100M in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 2 November 2012 and awarding the contract on or about 31 December 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 must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. Afghan Investment Support Agency (AISA): Offerors must have a valid Investment License issued by the AISA in order to be eligible for award. To obtain an AISA license, visit: http://www.aisa.org.af/english/applications.html Contingency Contracting System (JCCS): Offerors must be registered in the JCCS vendor vetting database at Joint https://www.jccs.gov/olvr/. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Katrina B. Porter, at katrina.porter@usace.army.mil. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/534b44bc5bcc91dac2c1d791bee72d68)
- Place of Performance
- Address: Kabul Province, Kabul District, Afghanistan, Afghanistan
- Record
- SN02916333-W 20121020/121018234746-534b44bc5bcc91dac2c1d791bee72d68 (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 |