Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2018 FBO #5918
SOURCES SOUGHT

Y -- Afghanistan Air Force (AAF) Aviation Enhancement Mazar-e-Sharif (Mes), Afghanistan (Planning, Design, and Construction) - Experience Form - Market Research Questionnaire

Notice Date
2/3/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
 
ZIP Code
22602-5000
 
Solicitation Number
W5J9JE18RANA18072
 
Archive Date
3/3/2018
 
Point of Contact
John Solomon, Phone: 5407226078, Nikisha W Cook, Phone: 5407234949
 
E-Mail Address
john.s.solomon@usace.army.mil, nikisha.w.cook2@usace.army.mil
(john.s.solomon@usace.army.mil, nikisha.w.cook2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research Questionnaire Experience Form Project Number: Afghan National Army (ANA) 18-072 NOTE: This is a Sources Sought publication ONLY. This announcement is issued solely for information and planning purposes only (i.e., market research) - it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or a Request for Proposal (RFP); or a promise to issue an RFQ, IFB, or RFQ in the future. This publication does not obligate the United States (US) Government to any contract award. This notice does not restrict the Government as to the ultimate acquisition approach. Responses to this publication shall be for informational purposes only. The Government will not pay for any information or administrative costs incurred in response to this publication. Submittals will not be returned to the responder. Limit document submission to a maximum of five (5) pages, one-sided (including attachments). Hard copies or facsimile submission will not be accepted. Cover Letters and extraneous materials (e.g., brochures, pamphlets, etc.) will not be considered. Request for a meeting or personal visits to discuss this publication is not permitted. 1. CONTRACT INFORMATION. The US Army Corps of Engineers (USACE), Transatlantic Afghanistan District is seeking capable sources for the planning, design, and construction of the AAF Aviation Enhancement MeS, Afghanistan. 2. PROJECT SCOPE: The contractor shall be responsible for the design, material, labor, and equipment to accomplish the following two requirements: Mes Air Wing Logistics Support Area (LSA): The project consist of two phases. Phase One includes construction of T-walls/wall construction with four guard towers. Construction of standard design buildings, specifically, six barracks (>100 personnel occupancy capacity). The work includes demolition of buildings on site. Electrical distribution will be underground and supplies from the local grid. A wastewater treatment plant (WWTP) lagoon system shall be constructed (location to be determined). Phase Two includes two standard design administration buildings, dining facility (DFAC), five barracks (>100 personnel occupancy capacity), Class 4 storage facility, well and well house, and water storage tank. Electrical distribution shall be underground and supplied by the city grid. Mes Air Wing Operations: The project includes paving of ramp and paving repair sections; construction of HESCO/T-wall barriers for arming/de-arming; painting/striping and tie downs; and construction of ramp lighting for force protection. Three Large Area Maintenance Shelter (LAMS) and eight Relocatable Buildings (RLBS) for back-shop space. An additional five LAMS may be included as optional for construction. Pursuant to the Defense Federal Acquisition Regulation Supplements (DFARS) 236.204, the magnitude for these projects combined is between $25.0 million (M) and $100.0M. 3. PROPOSAL PROCEDURES: The Government anticipates soliciting the procurement using full and open competition. One solicitation will be issued for the acquisition consisting of a Request for Qualification (RFQ) during Phase One pursuant to FAR Subpart 36.3, Two-Phase Design-Build Selection Procedures; and a Request for Proposal (RFP) for Phase Two pursuant to FAR 15.101-1, Tradeoff Process. The anticipated award date is September 2018. 4. SUBMISSION REQUIREMENTS: The Government is seeking to identify qualified sources under the anticipated North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction, either singly or as part of a Joint-Venture. Size Standard $36.5M. 5. BONDING CAPACITY: Provide the name of the surety identifying your firm's single and aggregate bonding capability, if applicable. In response to this sources sought, please submit the attached Market Research Questionnaire and Experience Form, along with other documents (e.g., bonding information) relative to the firm's capabilities; and submit electronically via email no later than 15 February 2018 at 10:00 AM local (Afghanistan) time to Contract Specialist John Solomon at john.s.solomon@usace.army.mil and Nikisha Cook at nikisha.w.cook@usace.army.mil, and Contracting Officer Kimberly Robinson at kimberly.m.robinson@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE18RANA18072/listing.html)
 
Place of Performance
Address: USACE TAA-HQ, Attn: TAA-CT, Bagram APO AE 09354, Afghanistan
 
Record
SN04809801-W 20180205/180203230114-0bab87aa7490a63547ef0c54110d01cb (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.