Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2014 FBO #4424
SOLICITATION NOTICE

Y -- The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W5J9JE-14-R-0005 for the Medical Branch School located in Kabul, Afghanistan.

Notice Date
1/2/2014
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W5J9JE-14-R-0005
 
Response Due
2/11/2014
 
Archive Date
3/13/2014
 
Point of Contact
Bjorn, 502-315-6196
 
E-Mail Address
USACE District, Louisville
(bjorn.t.hale@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
********************Telephone Calls are not Accepted***************************** DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Louisville District intends to issue a Request for Proposal (RFP) W5J9JE-14-R-0005 for the Medical Branch School located in Kabul, Afghanistan. The project is defined as the design, material, labor and equipment to construction buildings, parking, utilities and other infrastructure for a design population of 650 personnel. 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 buildings codes and regulations. This project is the re-solicitation of a previously terminated contract. The previous contract completed some foundational work, but the contractor shall verify that all work meets design requirements and shall be responsible for any deficiencies. 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 competition, no set-aside. SELECTION PROCESS: This is a 2-Phase Best Value selection process. This process requires potential Offerors to submit their performance and capability information initially for review and consideration by the Government. Following the evaluation and rating of the Phase I proposals, the Government will select a maximum of seven (7) highest rated Offerors to provide Phase II technical and cost proposals for consideration by the Government. The result of the Phase I review will be posted on the website. The technical information contained in the Phase II proposals will be reviewed, evaluated, and rated by the Government. The final evaluation rating used for comparison, selection, and award will reflect the evaluation rating received in Phase II only. The proposal requirement for this 2-Phase procurement consists of the following: Phase I Proposal - Relevant Experience of the Prime Contractor, Prime Contractor Past Performance, and Specialized Experience (Key Personnel); Phase II Proposal - Schedule and Price. For Phase II, all evaluation factors, other than cost or price, when combined, are significantly less important than cost or price. 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 $10,000,000 and $25,000,000, in accordance with FARS 36.204. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 08 January 2014. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted to http://www.fbo.gov. 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. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at http://www.fbo.gov. 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 Offerors responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors shall have and shall maintain an active registration in the following database: System for Award Management (SAM): Offerors shall have and shall maintain an active registration in the SAM database at http://www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity shall 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 database, 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 http://www.jccs.gov/olvr/. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Bjorn Hale, at bjorn.t.hale@usace.army.mil. This announcement serves as the Advance Notice for this project. Responses to this synopsis are not required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W5J9JE-14-R-0005/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03260644-W 20140104/140102234938-70a3247789e02b6e8bfa014bbec08d4c (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.