Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2011 FBO #3333
SOLICITATION NOTICE

Y -- Design and Construct a Wastewater Treatment Facility at FOB Maywand, Afghanistan

Notice Date
1/7/2011
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-11-R-0012
 
Response Due
3/1/2011
 
Archive Date
4/30/2011
 
Point of Contact
Maria T. Evans, 215-656-6763
 
E-Mail Address
USACE District, Philadelphia
(maria.t.evans@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The contract work consists of design and construction of a Wastewater Treatment Facility at FOB Maywand, Afghanistan. The project will be delivered using a design-build approach. The contractor will be required to perform geotechnical and topographical studies and develop the civil and final foundations designs. Concept civil drawings and technical requirements will be provided. This system must be able to process 530,000 liters (140,000 gallons) daily to support 2,000 personnel. The project will provide lagoon treatment of wastewater, to include lagoon cells, polishing ponds, and a chlorine contact tank. Supporting facilities include site preparation, and utilities infrastructure. The contract will include the following Option: Option 1*: Construct the Effluent Pump (*Option includes Defense Base Act Insurance). Award will be made using best value source selection procedures with the intent to award one contract to one responsible offeror whose proposal, conforming to the Request for Proposal (RFP), is the lowest price technically acceptable (LPTA). The evaluation factors are: Factor 1 -Experience; Factor 2 - Key Personnel; Factor 3 -Past Performance; and Factor 4-Price. NOTE: Award of the contract will be made as a whole to the offeror whose proposal conforms to all requirements of the specifications and is the lowest price technically acceptable. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 237110. Estimated cost range of the project is $2,000,000.00 to $5,000,000.00 USD. The expected period of performance is three hundred sixty-five (365) calendar days. Issue date for the Request for Proposals is on or about January 25, 2011 with proposals due by 2:00 pm, EST, on or about March 1, 2011. Complete evaluation criteria will be conveyed within the RFP. The contract is to be awarded on a Firm-Fixed Price basis only. An organized site visit will be conducted. Attendance is not mandatory but is highly encouraged. Complete details regarding the site visit will be included in the RFP and included in Contract Provision 52.236-27, SITE VISIT (CONSTRUCTION) (FEB 1995) - ALT. I (FEB 1995). All responsible sources may submit a proposal, which shall be considered by the agency. Solicitation documents, plans and specifications will only be available to those who have completed the Access Request Document (to be posted with the Solicitation), via the Federal Business Opportunities (FBO) homepage located at www.fbo.gov; AND, who have requested Explicit Access via the FBO website available at the time the Solicitation is posted). Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be provided. No written or faxed requests will be accepted. Contractors are responsible for printing paper copies of the solicitations. All amendments to this solicitation will be posted to FBO at the above address. Hard copies of amendments will not be furnished. It is the contractor's responsibility to monitor the web site for any amendments to this solicitation. Contractors are required to download the solicitation (including drawings) and all amendments. Paper copies will not be available. The official media of distribution for this solicitation is WEB ONLY. All contractors must be registered in the DOD's Central Contractor Registration (CCR) database as required by DFARS 204.11. Registration information may be obtained by phoning 1-888-227-2423 or by accessing the internet website at http://www.ccr.gov. Liquidated Damages will be specified. SPECIAL NOTE: All responders are advised that this requirement may be cancelled or rescinded at any time during the solicitation, selection, evaluation, and/or final award process based on decisions related to DOD changes in force structure and disposition of US Armed Forces. This acquisition is unrestricted. Email your questions to US Army Corps of Engineers - Philadelphia District: Maria.T.Evans@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-11-R-0012/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02356530-W 20110109/110107234317-cc744d98c6a604cc255e09fd4f5336aa (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.