SOLICITATION NOTICE
Y -- Salang Tunnel Improvements
- Notice Date
- 7/19/2012
- 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
- W5J9JE12R0144
- Response Due
- 9/2/2012
- Archive Date
- 11/1/2012
- Point of Contact
- Vincent Daniels, 540-662-4538
- E-Mail Address
-
USACE District, Kabul
(vincent.e.daniels@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers (USACE) Afghanistan Engineer District - North intends to issue a Request for Proposal (RFP) under Solicitation No. W5J9JE-12-R-0144 for the design, construction, improvement, and reconstruction of a new pavement and integral sub drainage system within the Salang Tunnel; electrical power plant to provide power for lighting and ventilation refurbishment, power generation fuel storage, a camera monitoring system, and necessary site work for the Ministry of Public Works (MoPW) in the Salang Pass, Parwan Province, Afghanistan. The site is located at high altitude and is a critical part of the infrastructure of the Government of the Islamic Republic of Afghanistan (GIRoA); and as such shall remain open throughout the project duration. The project is defined as the design, material, labor, and equipment to construct a replacement pavement surface that will accommodate at least 7,000 Equivalent Single Axle Loading's (ESAL's) per day. In addition, the project shall provide electrical improvements and refurbishment to correct lighting and ventilation issues, and provide a security camera system within the tunnel. Based on the most recent MoPW's traffic study the contractor can expect approximately 4,500 to 5,500 vehicles a day to pass through the project site. The traffic will consist of cars, pick-up trucks, mini-vans, mini-buses, buses, panel trucks, and jingle trucks (both 3-axle and 6-axle tractor trailers). The MoPW currently allows for traffic to flow only in one direction per day and alternates directions of flow for the larger vehicles that are transporting goods. The electrical system at the tunnel does not currently work as designed the contractor shall assume that no lighting or ventilation currently works within the tunnel and shall plan accordingly. Type of Contract: This RFP will be for one (1) firm-fixed price (FFP) contract. Selection Process: A Lowest Priced Technically Acceptable (LPTA) selection process will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 15. Discussions: The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. Construction Magnitude: The construction magnitude for this project is anticipated to be between $10,000,000 and $25,000,000 Anticipated Solicitation Release Date and Award Date: The Government anticipates releasing the solicitation on or about 3 August 2012 and awarding the contract no later than 30 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 without charge to the public via electronic posting "ONLY" and may be located on the Federal Business Opportunities website, http://www.fbo.gov. Amendments, if/when issued, will also be posted to the referenced website for 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. PAPER COPIES OF THE SOLICITATION AND AMENDMENTS WILL NOT BE ISSUED. Registrations: Offerors must have and/or maintain an active registration in the Central Contractor Registration (CCR) database, the Online Representations and Certifications Application (ORCA) database, the Joint Contingency Contracting System (JCCS) database, and must have an Investment License issued by the Afghanistan Investment Support Agency (AISA). Registration for the referenced databases may be conducted on the following websites: https://www.bpn.gov/CCRSearch/Search.aspx; https://orca.bpn.gov/ https://www.jccs.gov/olvr/ http://www.aisa.org.af/
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dbe242ddd0293538635d7ab8e3e1a9ca)
- Place of Performance
- Address: USACE District, Kabul Afghanistan Engineer District, Kabul AFB APO AE
- Zip Code: 09356
- Zip Code: 09356
- Record
- SN02809779-W 20120721/120720001650-dbe242ddd0293538635d7ab8e3e1a9ca (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 |