Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2011 FBO #3608
SOLICITATION NOTICE

Y -- TRANSATLANTIC SOUTH (TAS) Firm Fixed Price Contract for Construction of the 451st Air Expeditionary Wing SCIF and MQ 1/9 Operations and Maintenance Admin Facility at Kandahar Air Base, Afghanistan.

Notice Date
10/9/2011
 
Notice Type
Presolicitation
 
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-12-R-0004
 
Response Due
11/15/2011
 
Archive Date
1/14/2012
 
Point of Contact
Richard Horton, 540-678-3063
 
E-Mail Address
USACE District, Kandahar
(richard.d.horton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
TRANSATLANTIC SOUTH (TAS) Firm Fixed Price Contract for Construction of the 451st Air Expeditionary Wing SCIF and MQ 1/9 Operations and Maintenance Admin Facility at Kandahar Air Base, Afghanistan. This solicitation is for the construction of two facilities on Kandahar Air Field, Afghanistan. The two facilities are a Sensitive Compartmented Information Facility (SCIF) and an Operation and Maintenance (O&M) Admin Facility. Both facilities will be used by the 451st Air Expeditionary Wing. The project will have a compressed period of performance, so the Government is seeking Contractors with sufficient resources to perform the work. These resources include necessary manpower, equipment, and living support area (LSA) necessary to perform the work. The Contractor must have experience working on a controlled access site and experience with flight line access and restrictions at Kandahar Air Base. The contract is defined as the final design, materials, labor, and equipment to construct buildings, utilities, and other infrastructure while complying with applicable antiterrorism/force protection requirements. The SCIF facility consists of a two-story concrete structure with prefinished roofing system and exterior insulation and finish system. Site work including grading, drainage, utilities, and sidewalks are included. The overall size of the facility is 625 square meters (SM). The facility includes secure and non-secure communications systems. Total number of occupants is 84. The O&M Administrative facility is also a two-story concrete structure with prefinished roofing system exterior insulation and finish system. Site work including grading, drainage, utilities, and sidewalks are included. The overall size of this facility is 650 SM. Total number of occupants is 180. This is a Request for Proposal (RFP) solicitation. Award of a contract will be made using Best Value/Lowest Price Technically Acceptable (LPTA) procedures. The applicable NAICS code is 236220 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 180 days. The magnitude of this project is between $1M and $5M. The RFP closing date will be contained in the solicitation and any solicitation amendments that may be issued. The point-of-contact for this procurement is Richard Horton, Contract Specialist, USACE-AES, APO AE 09355. You may reach Mr. Horton at 540-678-3063 or via email at richard.d.horton@usace.army.mil, with a courtesy copy to TAS.Contracting@usace.army.mil. All responsible sources may submit a bid which shall be considered by the Government. Requirements: FAR 52.204-7 (Central Contractor Registration) and DFAR S 252.204-7004 (Alternate A, Central Contract Registration) applies to this procurement. ALL prospective contractors must be registered in the Department of Defense CCR database and the Joint Contingency Contracting System (JCCS) prior to award. Offerors are encouraged to register early to ensure eligibility for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the internet at https://www.bpn.gov/ccr/default.aspx. If you need a 9-diget Dun & Bradstreet (D&B) DUNS Number, please visit: http://fedgov.dnb.com/webform. Information on JCCS registration may be obtained via the internet at https://www.jccs.gov/OLVRCAC/bta_jccs_login.aspx Solicitation Number W5J9LE-12-R-0004 will be available on or about 24 Oct 2011. The Solicitation and all further information will be posted to these websites: USACE-AED website at http://www.aed.usace.army.mil/contracting.asp Army Single Face to Industry (ASFI) Acquisition Business Web Site: https://acquisition.army.mil/asfi/default.cfm Federal Business Opportunities (FEDBIZOPPS) website at https://www.fbo.gov Notice to offerors: the government reserves the right to cancel this solicitation either before or after the proposal opening, with no obligation to the offeror by the government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c087170df0d1334a4f2b47c15fa29f59)
 
Place of Performance
Address: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF
Zip Code: 09355
 
Record
SN02604956-W 20111011/111009233022-c087170df0d1334a4f2b47c15fa29f59 (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.