Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2006 FBO #1744
SOLICITATION NOTICE

Y -- Shah Wali Kowt Road, Kandahar, Afghanistan

Notice Date
9/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
U.S. Army Corps of Engineers, Afghanistan, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W917PM06R0097
 
Response Due
9/18/2006
 
Archive Date
11/17/2006
 
Small Business Set-Aside
N/A
 
Description
Shah Wali Kowt Road Synopsis The U.S. Army Corps of Engineers, Afghanistan District intends to issue a Request for Proposal (RFP) to award a Firm Fixed Priced contract for the design and construction of a road leading from the area near the town of Shah Wali Kowt to the area of Tobagh in Kandahar Province, Afghanistan. The road is defined by the following grid coordinates: " 65? 48 28.30 E, 31? 50 41.23 N " 65? 45 57.83 E, 31? 47 09.17 N The road is currently considered in three different states or conditions. These conditions include, (1) improved compacted, well blended aggregate road; (2) graded and un-compacted; (3) unimproved in mountain terrain which will require heavy excavation an d blasting. The road is considered approximately 14 kilometers in length. The contractor shall be responsible for utilizing a Design/Build (D/B) methodology approach to the construction of the road. The final improved state of the road shall be a well-b lended, fully compacted crushed aggregate road which is suitable for immediate asphalt paving. The road shall be at least 6 meters wide with shoulders of 1.0 meters wide on each side. In some instances, the road may traverse through towns where the avera ge width is less than 6 meters wide. In these areas, the contractor shall NOT be responsible for relocation of properties or structures, but shall obtain the widest road possible including adequate drainage provisions. The contractor shall be responsible for all drainage improvements, not limited to the following areas. Improvements include the evaluation of existing or new design and construction of culverts, bridges, low-water wadi crossings, side ditching, irrigation crossings and drainage improvement s. In mountain terrain, the contractor shall be responsible for widening of existing passes, shaping and sloping to obtain the final state as mentioned above. The contractor shall pay strict attention to shaping in mountain terrain to prevent sided and e rosion. In these areas, blasting may be required to remove large rocks and difficult terrain. The contractor shall be responsible for conduction a site visit to fully understand the terrain, security issues, and Scope of Work (SOW). It is the intention o f the Government to award one contract of approximately 14 kilometers of road improvement. Award for this procurement will be made in accordance with the applicable Federal Acquisition Regulations. The applicable NAICS code is 237310 with a small business size standard of $31M. The estimated value of the contract is between $1M and $5M. The tota l schedule for completing the entire work is 270 calendar days from receipt of notice to proceed. The proposed contract will be awarded using best value trade-off process. Solicitation Number W917PM-06-R-0097, will be available on or about 18 September 200 6. Interested parties are advised to submit their proposal 30 days after issuance of the RFP, which will be 18 October 2006. Point of contact for this for this procurement is Debora Scott, Contract Specialist, U.S. Army Corps of Engineers, Afghanistan Dist rict, CEAED-CT, Kabul, Afghanistan, APO-AE 09356. Email address for Debora Scott is debora.d.scott@tac01.usace.army.mil. The AED Contracting Officer for this solicitation is LTC Darrel Johnson. The media selected for the issuance of solicitation and amendments shall solely be at the discretion of the Gove rnment, accordingly, the media utilized for this project is the Internet. Utilization of the internet is the preferred method. No paper copies will be made available. Interested parties may download and print the solicitation, at no charge, from the following websites: http://www.aed.usace.army.mil/ or ftp://ftp.usace.army.mil/pub/aed/. Awardees will be required to submit a DUNS number upon notice of award. You may regi ster your company with DUNS and Bradstreet at http://www.dnb.com/upik/uk/intldunsform.asp?link=request . U.S. contractors must be registere d in the Department of Defense CCR database prior to award. It is recommended that all other contractors register in CCR also. Lack of registration in the CCR database will make a U.S. offeror ineligible for award. Information on CCR registration and annua l confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at http://www.ccr.gov. The contractor shall furnish his own labor, materials and equipment to accomplish the requirements. No electronic Proposals will be accepted.
 
Place of Performance
Address: U.S. Army Corps of Engineers, Afghanistan Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
Country: AF
 
Record
SN01133537-W 20060905/060903220105 (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.