Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2020 SAM #6724
SOLICITATION NOTICE

Z -- Pre-solicitation Notice: Afghan National Defense Security Forces (ANDSF) Operations & Maintenance (O&M) Services - Afghanistan

Notice Date
4/25/2020 1:39:16 PM
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER20R0011
 
Archive Date
05/12/2020
 
Point of Contact
Andrea L. Weakley, Peter Smith
 
E-Mail Address
Andrea.L.Weakley@usace.army.mil, peter.s.smith@usace.army.mil
(Andrea.L.Weakley@usace.army.mil, peter.s.smith@usace.army.mil)
 
Description
Pre-solicitation Notice:� Afghan National Defense Security Forces (ANDSF) Operations & Maintenance (O&M) Services - Afghanistan RFP No. W912ER-20-R-0011 The US Army Corps of Engineers, Transatlantic Middle East District (TAM), intends to release a Request for Proposal (RFP) on an unrestricted basis to obtain proposals from qualified offerors interested in and capable of providing Operation and Maintenance (O&M) services on behalf of the Afghanistan National Defense and Security Forces (ANDSF) for critical infrastructure and critical facilities at various Afghan National Army (ANA) and Afghan National Police (ANP) sites throughout Afghanistan.� Work responsibilities will include both preventative and unscheduled maintenance/repair to real property assets such as critical infrastructure facility buildings, systems and equipment located on ANA and ANP sites to facilitate ANDSF security operations throughout the provinces of Afghanistan. �Critical infrastructure consists of water treatment systems (WTP) and water distribution, waste water treatment systems (WWTP) and wastewater services, Heating, Ventilation, & Air Conditioning (HVAC) & Refrigeration (HVAC&R) Systems power generation (diesel engine primary, spot and back-up power).� The Offeror will be expected to provide all management, supervision, labor, materials, supplies, tools, equipment, spare parts, security, transportation, and contractor life support as necessary to perform the O&M services in Afghanistan. The Request for Proposal (RFP) will be issued via beta.SAM.gov on or about 18 May 2020. �As defined in FAR 16.504, this acquisition will result in a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) Contract.� Basis of award will be determined from utilizing the best value trade-off source selection process in accordance with FAR 15.101-1.� The Request for Proposal will contain the complete evaluation criteria.� All Task Orders will be Firm-Fixed Price.� Place of performance is entirely within Afghanistan.� The period of performance will be for a total of two years including one (1) twelve-month base year, inclusive of a 60-day phase-in period and one (1) twelve-month option period.� At this time, there is no planned site visit or pre-proposal conference.� Offerors will be afforded a Q&A period following the release of the RFP and that information will be included in the RFP. Offerors are advised to register in the System for Award Management (SAM) at www.sam.gov and the Joint Contingency Contracting Systems Registration (JCCS) at www.jccs.gov/olvr/default.aspx prior to submission of proposals. �Additionally, to be eligible for award, a current and valid Afghanistan Investment Support License (AISA) at www.aisa.org.af/licensing and/or newly acquired Ministry of Commerce and Industry (MOCI) http://acbr.gov.af/ will be required.� Point of Contact for this pre-solicitation notice is Diane deLathouder, Contract Specialist at Diane.E.deLathouder@usace.army.mil or (540) 665-6558 U.S. Army Corps of Engineers Middle East District 201 Prince Frederick Drive, Winchester VA 22602 Diane.E.deLathouder@usace.army.mil (540) 665-6558 � NOTE:� THIS NOTICE IS NOT A REQUEST FOR PROPOSALS.� ANY PROPOSALS RECEIVED AS A RESULT OF THIS PRE-SOLICITATION NOTICE WILL NOT BE ACCEPTED OR EVALUATED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e03db1dd239747bd9cc61baf3e5f9b8f/view)
 
Place of Performance
Address: AFG
Country: AFG
 
Record
SN05635963-F 20200427/200425230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.