Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2012 FBO #3812
MODIFICATION

Y -- Kajaki Dam -Irrigation Tunnel Works at Helmand Province, Afghanistan. Modified Synopsis

Notice Date
4/30/2012
 
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
W5J9LE12R0036
 
Response Due
8/13/2012
 
Archive Date
10/12/2012
 
Point of Contact
Nicholas Emanuel, 5406676581
 
E-Mail Address
USACE District, Kandahar
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The majority of work in this project is related to the Irrigation Tunnel Works which extends from the intake structure downstream to the outlet valve house. It also covers dam safety instrumentation and geotechnical investigation of service and emergency spillway foundation. Water flows through the irrigation tunnel to a concrete plug where the water is distributed to the entrance of three steel pipe lines (penstocks). Each penstock line is equipped with a Roto Valve just downstream of the concrete plug and a Hollow Jet valve located at the end of the line. Contractor shall provide Interim and Final Design Services for components of the Irrigation Tunnel Works including intake structure, three emergency closure valves and three flow regulating valves and their ancillary equipment/structures; refurbish the three 84-inch Irrigation Emergency Closure Valves (a.k.a ROTO VALVES), and replace the three 84-inch Flow Regulating Valves (a.k.a HOLLOW JET VALVES); replace valve actuators, and ancillary equipment; install a new electric powered actuator system and controls for the jet valves; replace the hydraulic system for the actuators on the roto valves; design and evaluate the existing electrical systems associated with the controls for the valves; replace the two valve house sump pumps that serve the powerhouse waste system and a third sump that drains the valve pit, provide and install a new Standby Generator for the Irrigation Intake Structure. Contractor shall evaluate and report on the entire length of the Lined Conduit feeding the tunnel extending from tunnel plug to discharge Apron; evaluate and report on the Overhead Service Crane and replace the Hoist; design and replace the Valve House Hydro-electric Generating Unit and replace in kind its service supply line valve. The contractor also shall provide interim and final design for dam safety instrumentation and geotechnical evaluation of service and emergency foundation. Optional work to be completed includes repair of the specified components of the Conduits upstream of the Emergency Closure Valve; repair the specified components of the Conduits downstream of the Emergency Closure Valve; repair or replace the Overhead Service Crane; provide and install a new Standby Generator for the Dam Powerhouse Contractor shall also evaluate and report on the entire Unlined Irrigation Tunnel extending from the tunnel plug to the portal entrance behind the bulkhead. This is a Request for Proposal (RFP) solicitation. Award of a contract will be made using the Lowest Price Technically Acceptable (LPTA). The applicable NAICS code is 237990 ($33.5M small business size standard). The solicitation will be unrestricted/full and open. The resulting contract shall be for 720 days. The magnitude of this project is between $25,000,000 and $100,000,000.00. A site visit will be offered approximately 2 weeks after the solicitation is made available to offerors. See solicitation for details about the site visit. 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 Nicholas Emanuel, Contract Specialist, USACE-AES, APO AE 09355. You may reach Mr. Emanuel at 540-667-6581 or via email at Nicholas.P.Emanuel@usace.army.mil, with a courtesy copy to TAS.Contracting@usace.army.mil All responsible sources may submit a proposal 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-digit 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/olvr/default.aspx. Solicitation Number W5J9LE-12-R-0036 will be available on or about 14 May 2012. 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 A 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/11ec5e85ad1b1e8ff3cf618cfaa1e95a)
 
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
SN02735003-W 20120502/120430235837-11ec5e85ad1b1e8ff3cf618cfaa1e95a (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.