SOURCES SOUGHT
Y -- Sources Sought - Request for Information for using Sealed Bidding procedures (FAR Part 14) for construction projects for Afghanistan Engineer District (AES)
- Notice Date
- 4/7/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Kandahar, 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR, APO AE, AF 09355
- ZIP Code
- 09355
- Solicitation Number
- W5J9LE-11-R-SS03
- Response Due
- 4/12/2011
- Archive Date
- 6/11/2011
- Point of Contact
- Mark Jones, 540-667-6867
- E-Mail Address
-
USACE District, Kandahar
(mark.t.jones@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought notice. This notice neither constitutes a solicitation announcement, nor does it restrict the Government to an ultimate acquisition approach. It should not be construed as a commitment by the Government for any purpose. Responses to this Sources Sought notice will be used by the government to make appropriate acquisition decisions. The Afghanistan Engineer District South (AES) of the U.S. Army Corps of Engineers has identified several projects it intends to award during FY11 each with a magnitude of construction between $25,000,000 and $100,000,000. The solicitations will be unrestricted/full and open and result in firm fixed price contracts. These projects will provide facilities and infrastructure for the Afghan National Army (ANA). These contracts will address new construction utilizing either a Site-Adapt or a Design-Build (D-B) methodology to provide utility construction, general building construction, new road construction, and general environmental work including but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical and concrete work. The primary building type will be K-Span (or similar rolled metal arch-type construction) or CMU. AES is considering the use of Sealed Bidding (FAR Part 14) procedures that would use an Invitation for Bid (IFB) solicitation type for these projects. This is a departure from the typical Request for Proposal (RFP) acquisition method used in Afghanistan for this type and size of project. When using sealed bidding procedures, award will be made to the low bidder that is determined responsible and eligible for award using FAR 9.1 procedures. Bidders will be required to furnish with their bid a bid guarantee in the form of a firm commitment (e.g. bid bond supported by good and sufficient surety or sureties acceptable to the Government; appropriately drawn bank drafts, postal money orders, certified checks, or cashier's checks; irrevocable letters of credit; or, under Treasury Department regulations, certain bonds or notes of the United States). The awardee will be required to submit proper performance and payment bonds (in a form similar to that discussed above for the bid guarantee) after award. Two of these projects (207th Compound Expansion, Camp Zafar and 215th Brigade Garrison, Delaram), currently are synopsized under W5J9LE-11-B-0001 and W5J9LE-11-B-0002 respectively. Information received from this sources sought will potentially impact the requirements of those solicitations. In order to determine the extent of industry interest and experience in this type of project and sealed bidding requirements, interested firms shall answer the following questions and present the following information: QUESTIONS: 1.Is your firm willing to bid on projects advertised as an Invitation for Bid (IFB) using Sealed Bidding procedures? 2.If given the choice (IFB or RFP), which acquisition method would you prefer, and why? If the method has no impact on you providing a proposal or bid, please state that you have no preference. 3.If performance and payment bonds were required for an IFB, would that impact your decision to submit a bid on a project? And if so, why? 4.What percent of surety have you provided in the past in Afghanistan? a. 0%b. 10%c. 20%d. more than 20% e. N/A (firm has not performed work in Afghanistan) 5.Can your firm obtain up to 20% payment and performance bonding for complex and large magnitude projects in Afghanistan? 6.Can your firm obtain up to 20% payment and performance bonding for projects not entirely within the boundaries of a current NATO or U.S. installation? 7.Does your firm maintain readily accessible, up-to-date information regarding items a contracting officer may need to render a determination of responsibility under FAR Part 9.1? 8.Would an IFB which required immediate submission of such responsibility-related information at the time of bid opening impact your decision to submit a bid on a project? And if so, why? INFORMATION: 9.Company Name, Data Universal Number System (DUNS) number and CCR CAGE code. 10.Do you currently submit proposals or bids for AES projects? 11.Information concerning your companies ability or experience with the following: a.Capability to construct K-Span or equal metal formed curved roof systems as well as CMU building. Discuss prior projects as well provide a list showing the type/quantity of equipment owned/leased by your firm that would be used for this type of construction b.Capacity of your company to perform construction projects in the range of $25,000,000 to $100,000,000 in Afghanistan. Provide up to 3 examples. The response to this notice shall be in summary format and shall not exceed fifteen (15) pages. No basis for claim against the Government shall arise as a result of a response to this sources sought or Government use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Companies or individuals interested in responding are invited to submit their information via email only to Mark T. Jones at mark.t.jones@usace.army.mil. All attachments must be provided in either Microsoft Word or Adobe Acrobat PDF format. Responses should be received by 4:00 p.m. local time, 12 April 2011. PLEASE REFERENCE "SOURCES SOUGHT: W5J9LE-11-R-SS03" IN THE SUBJECT LINE. All responsible sources may respond to this notice and all responses will be considered. Telephonic responses will not be honored. This is only a Request for Information. No award will result from this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/49812b78afa59611fb83ac866194827d)
- Place of Performance
- Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
- Zip Code: 09355
- Zip Code: 09355
- Record
- SN02419903-W 20110409/110407234931-49812b78afa59611fb83ac866194827d (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 |