DOCUMENT
56 -- W5J9JE-13-R-0003 for Afghanistan National Army (ANA), 2/1/209th Kandak Shibirghan, Shibirghan District, Jowzjan Province, Afghanistan. - Amendment 1
- Notice Date
- 11/30/2012
- Notice Type
- Amendment 1
- 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
- W5J9JE-13-R-0003
- Response Due
- 12/31/2012
- Archive Date
- 3/1/2013
- 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
- *** NOTICE TO OFFERORS**RFP NUMBER HAS CHANGED*** Offerors this requirement is being solicited under W5J9JE-13-R-0019 on Fedbizopps.gov. Refer to W5J9JE-13-R-0019 for complete instructions to Offerors. *************TELEPHONE CALLS ARE NOT ACCEPTED*************************** PROJECT NUMBER: 12-N003 DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Transatlantic District- North intends to issue a Request for Proposal (RFP) W5J9JE-13-R-0003 for Afghanistan National Army (ANA), 2/1/209th Kandak Shibirghan, Shibirghan District, Jowzjan Province, Afghanistan. This project consists of the construction of remaining required facilities and all associated appurtenances for the 2/1/209st Infantry Kandak of the Afghanistan National Army (ANA) in Shirbirghan District, Jowzjan Province, Afghanistan. The project is defined as providing site-adaption of standard designs, materials, labor, and equipment to construct buildings, parking, utilities and other infrastructure necessary to reach the capacity to support a design population of 650 personnel. 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. 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. 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 530 (five-hundred-thirty) days 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 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 $10M and $25M in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 1 November 2012 and awarding the contract on or about 30 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. Joint Contingency Contracting System (JCCS): Offerors must be registered in the JCCS vendor vetting database at 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/07458f20b06a19d9fec771905532ae96)
- Document(s)
- Amendment 1
- File Name: Offerors this RFP number has changed. The new RFP number si W5J9JE-13-R-0019. Refer to this soliciation on Fedbizopps.gov for complete instructions to Offerors and the new point of contact for this requirement. (www.fbo.gov)
- Link: http://www.fbo.gov
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Offerors this RFP number has changed. The new RFP number si W5J9JE-13-R-0019. Refer to this soliciation on Fedbizopps.gov for complete instructions to Offerors and the new point of contact for this requirement. (www.fbo.gov)
- Place of Performance
- Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
- Zip Code: 09356
- Zip Code: 09356
- Record
- SN02940426-W 20121202/121130234618-07458f20b06a19d9fec771905532ae96 (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 |