Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2012 FBO #3882
SOLICITATION NOTICE

56 -- W5J9JE-12-R-0140, PROJECT NUMBER: RD_CERP 20111206140706

Notice Date
7/9/2012
 
Notice Type
Presolicitation
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Kabul, Afghanistan Engineer District, Kabul AFB, APO, AE 09356
 
ZIP Code
09356
 
Solicitation Number
W5J9JE12R0140
 
Response Due
8/31/2012
 
Archive Date
10/30/2012
 
Point of Contact
Katrina B. Porter, 5406864568
 
E-Mail Address
USACE District, Kabul
(katrina.porter@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**************TELEPHONE CALLS WILL NOT BE ACCEPTED************** DO NOT CONTACT THE SPECIALIST TO REQUEST A COPY OF THE SOLICITATION. IT WILL BE POSTED TO ASFI ON OR BEFORE 1 August 2012 UNDER W5J9JE-12-R-0140 Project Title: Gor Tepa Road, Qarawul Tepa to Larkhabi Road Repair/Rehabilitation, Kunduz Province, Afghanistan PROJECT NUMBER: RD_CERP 20111206140706 DESCRIPTION: The Afghanistan Engineering District-North (AED -N) intends to design/build the repair to the Gor Tepa Road in Kunduz Province, Afghanistan for the Government of the Islamic Republic of Afghanistan (GIRoA). The work shall provide all necessary labor, equipment and materials for completing a comprehensive road survey, design, reconstruction, and asphalt paving from Qarawul Tepa, Kunduz Province (MGRS 42S VF 88082 66285) to Larkhabi, Kunduz Province (MGRS 42S VF 79104 71504). The project is approximately 10.5 kilometers in length with a six (6) meter wide paved carriageway and 1.5 meter wide gravel shoulders, where possible within the constraints of adjacent buildings and irrigation structures. Survey, design and construction of this asphalt paved road shall include all culverts and crossings/bridges necessary in accordance with the latest Government of the Islamic Republic of Afghanistan (GIRoA), Ministry of Public Works (MPW), Interim Roads and Highway Standards (lRHS). It is the contractor's responsibility to ensure that the designs are complete and are in compliance with the latest applicable building codes and regulations and other features as referenced in the Scope of Work. The intent is to provide permanent basing standards using the most cost-effective and expeditious construction methods to complete the project within a three-hundred (360) day period. TYPE OF CONTRACT AND NAICS: This RFP will be for one (1) Firm-Fixed-Price (FFP) contract. The North American Industrial Classification System Code (NAICS) for this effort is 237310 - Highway, Street, and Bridge Construction TYPE OF SET-ASIDE: This acquisition will be unrestricted, full and open competition, no set-aside. SELECTION PROCESS: A Lowest Price Technically Acceptable (LPTA) selection process will be conducted in accordance with FAR part 15. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $5,000,000 and 10,000,000 in accordance with FARS 36.204(g). ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 1 August 2012 and awarding the contract on or about 29 September 2012. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of the solicitation will not be issued. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. REGISTRATIONS: Offerors must have and/or maintain an active registration in the Central Contractor Registration (CCR) database, in the Online Representations and Certifications Application (ORCA) database, in the Joint Contingency Contracting System (JCCS) database, and must have an Investment License issued by the Afghanistan Investment Support Agency (AISA). To register a firm in CCR, visit http://www.ccr.gov. To register a firm in ORCA, visit http://www.bpn.gov. To register a firm in JCCS, visit https://www.jccs.gov/OLVRCAC/bta_jccs_login.aspx. To obtain an AISA-D license, visit http://www.aisa.org.af/english/applications.html. ****SEND EMAILS TO BOTH POCs**** POINT-OF-CONTACTS: The point-of-contact(s) for this procurement is Contract Specialist Katrina B. Porter at katrina.porter@usace.army.mil and Contract Specialist Erica M. Talley at erica.m.talley@usace.army.mil Offerors are advised that questions will only be accepted in writing. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1f921a3ab7e689641045374602f45ba2)
 
Place of Performance
Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
Zip Code: 09356
 
Record
SN02797684-W 20120711/120709235521-1f921a3ab7e689641045374602f45ba2 (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.