Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
SOURCES SOUGHT

Y -- AFGHAN NATIONAL DETENTION FACILITY AND PRISON AT PARWAN (ANDFP-P) - Market Research Questionnaire

Notice Date
10/16/2019
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Europe, CMR 410 Box 7, APO, Non-U.S., 09049, United States
 
ZIP Code
09049
 
Solicitation Number
W5J9JE20R0001
 
Archive Date
11/2/2019
 
Point of Contact
Ryan Gregory,
 
E-Mail Address
ryan.k.gregory@usace.army.mil
(ryan.k.gregory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research Questionnaire ****SOURCES SOUGHT ANNOUNCEMENT FOR MARKET RESEARCH PURPOSES ONLY**** AFGHAN NATIONAL DETENTION FACILITY AND PRISON AT PARWAN (ANDFP-P) HIGH SECURITY FACILITIES AND LIFE SUPPORT AREA (LSA) W5J9JE20R0001 1. AGENCY: United States Army Corps of Engineers (USACE) Transatlantic Afghanistan District (TAA) 2. PSC Y1JZ: Construction of Miscellaneous buildings; NAICS 236220: Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Parwan, Afghanistan 4. ACQUISITION INFORMATION: The US Army Corps of Engineers (USACE), Transatlantic Afghanistan District is seeking capable sources for the planning, design, and construction of the Afghan National Detention Facility and Prison at Parwan (ANDFP-P), and consists of the construction of a new Life Support Area (LSA) and other upgrades to existing facilities. 5. PROJECT DESCRIPTION: The contractor shall be responsible for the design, material, labor, and equipment to accomplish the following requirement and possible Optional requirement: 1ST KANDAK LSA: Facilities for the 1ST KANDAK LSA Expansion consists of new barracks (1 Officers, 2 NCO, and 3 Enlisted), two (2) ANA laundry buildings, and one (1) weapons storage building utilizing existing standard designs for these buildings. In addition the work includes a design and construct industrial laundry facility with fourteen (14) commercial washers and fourteen (14) commercial dryers servicing 8,900 detainees. The work also includes installing closed circuit television (CCTV) cameras in an existing prisoner clinic and at an existing Entry Control Point 4 and communications lines for the CCTV to the existing control center. Site improvements consist of demolition, grading and drainage, access roads, sidewalks, water distribution system, wastewater collection system, electrical power connection with respective 60Hz to 50Hz power converters, an electrical distribution system, Furniture and Fixtures Equipment (FFE), and all other incidental work required for a complete and usable LSA. OPTION 4TH KANDAK LSA : Facilities for the 4th KANDAK LSA Expansion consists of new barracks (1 Officers, 2 NCO, and 3 Enlisted), two (2) small arms storage buildings, two (2) ANA laundry buildings, utilizing existing standard designs for these buildings. Site improvements consist of demolition, grading and drainage, main road, access roads, sidewalks, water distribution system, wastewater collection system, electrical power connection with respective 60Hz to 50Hz power converters, an electrical distribution system, Furniture and Fixtures Equipment (FFE), and all other incidental work required for a complete and usable LSA. Pursuant to the Defense Federal Acquisition Regulation Supplements (DFARS) 236.204, the magnitude for these projects combined is between $10 million (M) and $25M. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform design-build contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. 7. 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. Should the acquisition proceed, USACE anticipates posting the solicitation in December 2019 and award of the contract in October 2020. 8. BONDING CAPACITY: Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level), both expressed in dollars. 9. SUBMISSIONS: 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. 10. RESPONSES DUE: 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 1 November 2019 at 10:00 AM local (Afghanistan) time to Contract Specialist Ryan Gregory at ryan.k.gregory@usace.army.mil and the Contracting Officer Oksana Strekha at oksana.strekha@usace.army.mil. *****This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 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. ******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W5J9JE20R0001/listing.html)
 
Record
SN05476069-W 20191018/191016230743-c45b53e4c397351d27f9f9549ffb4c54 (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.