MODIFICATION
Y -- DAHLA DAM IMPROVEMENTS PROJECT, Shah Wali Kot, Kandahar Province
- Notice Date
- 2/15/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering 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-SS-0003
- Response Due
- 2/29/2012
- Archive Date
- 4/29/2012
- Point of Contact
- LTC DEREK DRAPER, 540.662.6183
- E-Mail Address
-
USACE District, Kandahar
(derek.j.draper2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is a Request for Information (RFI) only. The United States Army Corps of Engineers, Transatlantic South, Kandahar Air Field, Afghanistan (USACE-TAS), is seeking preliminary marketing information from capable and reliable sources. The proposed requirement is construction related to Dahla Dam Improvements that will raise the dam embankment, as well as ancillary saddle dams and spillways, at least 5 meters with an option for an additional 3 meters depending on funding. The contract will consist of survey, geotechnical, and geological field data collection sufficient to validate the design; inspection of hydraulic, mechanical and structural features to be modified; production of borrow material for the raising of the saddle dikes and main dam; and raising the saddle dam, main dam embankment (earthfill), and spillway (roller compacted concrete) elevation; and replacing the intake and outlet works. Estimated Period of Performance is 24 months; however construction must be completed no later than 31 December 2014. Dahla (Arghandab) Dam is located on the Arghandab River, approximately 34 kilometers (21 miles) northeast of Kandahar City in a mostly rural area of the Arghandab Valley. It was built between 1950 and 1952 by Morrison-Knudsen Afghanistan, Inc. Dahla Dam is an earth and rock fill embankment 55 meters high, with a crest length of approximately 535 meters. There are also six saddle dikes, extending 2040 meters and with a height of 15-25 meters; two concrete service spillways; and a low level outlet works controlled by two Howell-Bunger energy-dissipation bypass valves located near the downstream toe of the dam. Storage capacity is to be restored by raising the dam, saddle dikes and spillways, and replacing structural, hydraulic and electro-mechanical features accordingly. Pre-Bid Specifications and Drawings are provided to assist those interested to better understand the scope of the project. The pre-bid specifications and drawings may change prior to the issuance of the solicitation. An on-line inquiry website has been setup to answer questions and assist interested parties in making their decision to submit as an interested source. See Sources Sought Inquiry Instructions attachment on gaining access to the inquiry website. Interested contractors must consider the following requirements: A. Site Location: Shah Wali Kot, Kandahar Province, Afghanistan B. The magnitude of construction is between $100,000,000 and $250,000,000. U.S. Army Corps of Engineers, Afghanistan Engineering District-South (TAS), Contracting Office, is currently seeking information to establish a list of qualified companies who may be interested in submitting a proposal to raise the dam for additional reservoir capacity. The contractor must be able to demonstrate that their company has the capability to successfully execute this project. The firm should provide the following information in their presentation: 1) Company name, company mailing address, point of contact, telephone number, e-mail address, Commercial and Government Entity (CAGE) Code, and size of your organization (i.e. Large Business, Small Business) using as the basis for your response. 2) Information indicating the type of similar project your firm has successfully completed. Previous experience in construction of dams or raising of earth and rock filled dams of a similar size or greater. The contractor may also demonstrate skill in aerial photogrammetry. 3) Provide a copy of your firms AISA license, if applicable. 4) Information on the level of performance and payment bond capacity your company could obtain for the proposed project. 5) Capabilities statement showing the maximum construction capacity your firm can adequately perform. The contractor should be familiar with this type work and should have done it before. The Government is considering the use of two Step IFB (FAR Part 14.5) procedures. In the first step the Government intends to select, without discussions, responsible offerors, whose technical proposal conforms to the solicitation. The government reserves the right to conduct discussions if determined necessary in step one. In Step two, the government intends to award to the lowest bid of the bidders who were found to be technically acceptable in step one. This effort is classified through the North American Industry Classification System (NAICS) under 237990, Other Heavy and civil Engineering Construction. USACE-TAS will utilize the information for technical and acquisition planning. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. The Government will not return pictures, documents, graphs and or other requested information. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement. The project is subject to the availability of funds. RESPONSE REQUIREMENTS: All interested forms should send their presentation via e-mail to LTC Derek Draper at derek.j.draper2@usace.army.mil with a courtesy copy to TAS.contracting@usace.army.mil Presentations do not need to be in color and should be no more that twenty-five (25) pages in length. No hard copy or facsimile submissions will be accepted. This sources sought announcement is a market research tool 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/aceeeedb3cf87d8b2b03d4cb1d9b4ec4)
- 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
- SN02676737-W 20120217/120215235421-aceeeedb3cf87d8b2b03d4cb1d9b4ec4 (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 |