SOURCES SOUGHT
Y -- Sources Sought for K-span construction in Afghanistan
- Notice Date
- 1/18/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kansas City, ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street, Kansas City, MO 64106-2896
- ZIP Code
- 64106-2896
- Solicitation Number
- W912DQ-11-R-4014
- Response Due
- 1/24/2011
- Archive Date
- 3/25/2011
- Point of Contact
- Jay Denker, 816-389-3934
- E-Mail Address
-
USACE District, Kansas City
(jay.b.denker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- FOR INFORMATION PURPOSES ONLY SOURCES SOUGHT ANNOUNCEMENT ISSUED 1/18/11, CLOSES ON 1/24 /11 THIS IS A SOURCES SOUGHT NOTICE AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY SERVICES, NOR DOES THE KANSAS CITY DISTRICT OR MIDDLE EAST DISTRICT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The purpose of this notice is to gain knowledge of potential qualified business concerns, both US and Foreign, capable of performing Commercial and Institutional Building Construction in Afghanistan. As the work will be performed outside of the continental U.S., no set asides or socioeconomic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under 236220 Commercial and Institutional Building Construction. It is anticipated that a solicitation announcement will be published in the Federal Business Opportunities on or about Feb 24, 2011. The contract will consist of multiple Contract Line Item Numbers (CLINS), which are Firm Fixed Price with additional options. The estimated cost of this Design Build project is between $25,000,000 and $100,000,000 with a approximate duration of 365 days period of performance after award of the contract or Notice to Proceed. The United States Army Corps of Engineers has the requirement to construct Afghan Signal School and a Military Police School at Camp Shaheen at Maser-e-Sharif in Balkh Province, Afghanistan for 889 Afghan National Army (ANA) personnel. The contract will require design, material, labor, and equipment to construct buildings, roads, utilities and other infrastructure to include: * Barracks, shower/latrine, storage facilities, dining facilities (DFAC), administration/HQ facilities, training facilities, MWR building, maintenance facilities, vehicle maintenance, radio base stations. * Connection to the existing power plant and installation of the electrical distribution system; connection to and expansion of the existing sanitary sewer collection system; connection to and expansion of the water source, pumping, and distribution system. * Road network inside of the compound. * Site improvements, volleyball courts, grandstands, fencing and parking. * MP Driver's training course Majority of the facilities will utilize steel Arch-Span construction. Antiterrorism/Force Protection measures will be included. All technical evaluation factors and subfactors have not been assigned at this time. Past Performance and Corporate Experience will be evaluated. Offerors response to this synopsis shall be limited to five (5) one-sided, 8-1/2" X 11" pages. All information shall be presented in English and shall include the following information: 1. Offeror's name, address, point of contact, phone number, and e-mail address. 2. Offeror's interest in bidding on the solicitation when it is issued. 3. Offeor's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, comparable work performed within the past five (5) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least three (3) examples that include experience with similar, relevant projects including Arch-Span building, Utility infrastructure, and water well drilling (type of construction, dollar value, design-build method, complexity) performed within the region (Afghanistan, Iraq, Pakistan). All sample projects submitted should be valued at over $5 million with one over $20 million. 4. Offeror's current ongoing projects which have not yet been completed. This list shall include the project name, contract number, percentage complete, location (province), dollar value, and the key personnel working on each current ongoing project. 5. Capabilities statement showing the maximum construction capacity your firm can adequately perform. 6. Information showing the type of structure(s), K-span or equal metal roll formed curved roof system, which your firm has the capability to construct. Include the maximum widths of the structures that your firm can construct. 7. A list of equipment owned by, or available to, the Offeror or team to demonstrate the capability to construct vertical side wall double radius arch-span buildings, and other features of the solicitation within the Periods of Performance. Response Requirements: All interested firms should provide the requested information and return it via e-mail to jay.b.denker@usace.army.mil and Nicholas.deguire@us.army.mil. Submission should be received by 1600 Eastern Standard Time, Jan 24, 2011 This synopsis is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. NO HARD COPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Jay Denker, Contract Specialist, 601 E 12th Street, Room 647, Kansas City, Missouri 64106. E-mail address: jay.b.denker@usace.army.mil. E-mail is the preferred method when receiving responses to this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-11-R-4014/listing.html)
- Place of Performance
- Address: USACE District, Kansas City - Afghanistan ATTN: CENWK-CT, 700 Federal Building 60l East 12th Street Kansas City MO
- Zip Code: 64106-2896
- Zip Code: 64106-2896
- Record
- SN02361585-W 20110120/110118233848-124458f36ed3e58851ea2bec63fb6a30 (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 |