Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
MODIFICATION

Y -- Design and construction of the Saracha Bridge, Nangarhar Province, Afghanistan.

Notice Date
9/14/2012
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W912DW-12-R-0043
 
Response Due
10/5/2012
 
Archive Date
12/4/2012
 
Point of Contact
Robert Corkrum, 206-764-6575
 
E-Mail Address
USACE District, Seattle
(robert.e.corkrum@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE SOLICITATION, W912DW-12-R-0043, HAS BEEN ISSUED. TO OBTAIN A COPY OF THIS SOLICITATION - - - The Request for Proposal (RFP) has been released today (14 September 2012) and the Phase 1 proposals are due NLT 5 October 2012. If you want to receive a copy of this solicitation, you must follow the following instructions. Copies will not be released to suppliers, subcontractors, plan rooms, home addresses, or Google accounts. In order to receive solicitation information please submit the following information in email format: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. Once granted access to bid, the offeror will be provided a Plan Room Key and will have to access the AFSI site (https://safe.amrdec.army.mil/safe) to view or download the solicitation. Downloads are available only through the Amrdec website. The Government will post the RFP and specifications on the Amrdec site and it will be password protected. Any amendment(s) will only be available from the Amrdec website. Offerors are responsible for checking the Amrdec website frequently for any update(s) to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document(s) at the referenced website. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is John Scola at John.P.Scola@usace.army.mil (with carbon copy to Kevin.T.Mulvihill@usace.army.mil) for W912DW-12-R-0043. All communication must be made in writing and must provide the following information: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number. If any of the information is not provided, the request will be returned or denied. The solicitation will only be issued to one point of contact for the company. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755 Place of Performance: Nangarhar Province, Afghanistan C/O USACE, Seattle District, 4735 East Marginal Way South, Seattle, WA 98134 The point-of-contact for administrative or contractual questions is John Scola at John.P.Scola@usace.army.mil (with carbon copy to Kevin.T.Mulvihill@usace.army.mil). The U.S. Army Corps of Engineers, Seattle District (NWS), in conjunction with Afghanistan Engineering District-North (AED-N), intends to issue a Two-Phase Design-Build Solicitation, for the design and construction of the Saracha Bridge, at Nangarhar Province, Afghanistan. The Phase 1 Solicitation will be available on or about 11 September 2012 on the Federal Business Opportunities (FBO) website at www.fbo.gov. The Phase 1 Proposals will be due approximately 20 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The construction scope of this project includes the design and all necessary construction capabilities to demolish existing temporary steel bridge, temporary causeway and existing destroyed stone bridge. Demolition of existing bridges shall include superstructure, abutments, piers and foundations; construct a 160 meter bridge with approaches and roads at the Saracha crossing point in Nangarhar Province. The proposed bridge is located in the vicinity of 42S XD 41546 05994. This Bridge design shall be capable of handling heavy truck traffic and non tracked military vehicle loading and be designed to withstand the wind and seismic loads that occur in Nangarhar Province, Afghanistan. The bridge and approaches and shall have 10 meter Portland cement concrete carriageway for the vehicle traffic and 1.5 meter shoulders. Roads shall have 10 meter asphalt concrete carriageway for the vehicle traffic and 1.5 meter shoulders. Roads and bridges shall have two separate lanes of traffic. This acquisition is Unrestricted and will be issued as a Request for Proposal which will result in the award of a single Firm Fixed Price (FFP) construction contract. The estimated overall period of performance for this acquisition is 365 calendar days from the issuance of Notice to Proceed (NTP). The Government will accept proposals from all offerors that qualify under NAICS code 237310. This announcement serves as the advance notice for this project. Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulation (FAR), conforms to the solicitation requirements, and whose proposal, judged by an overall assessment of the evaluation criteria and other considerations specific to the pending solicitation, represents the best value to the Government. The submission requirements and evaluation criteria will be defined within the solicitation. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $5,000,000 and $10,000,000. A Bid Bond/Proposal Guarantee will be required with your proposal in the amount of 20% of the offeror's proposed price or $3,000,000, whichever is less. Payment and Performance Bonds will be required in the amount of 30 percent (30%) of the awarded contract price before the Notice to Proceed can be issued. HOW TO OBTAIN A COPY OF THIS SOLICITATION - - - The Request for Proposal (RFP) will only be issued to prime construction contractors. Copies will not be released to suppliers, subcontractors, plan rooms, home addresses, or Google accounts. In order to receive solicitation information please submit the following information in email format by 10 September 2012 to the point of contact indicated below: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number W912DW-12-R-0043. If any of the information is not provided, the request will be returned or denied. To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at www.fbo.gov. Downloads are available only through the FBO website. The Government will post the RFP and specifications on the FBO site and it will be password protected. Any amendments will only be available from the FBO website. Offerors are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the Solicitation. The website is occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the document(s) at the referenced website. POINT-OF-CONTACT: The point-of-contact for administrative or contractual questions is John Scola at John.P.Scola@usace.army.mil (with carbon copy to Kevin.T.Mulvihill@usace.army.mil). All communication must be made in writing and must provide the following information: name of firm, point of contact, phone number, fax number, mailing address, shipping address for express mail delivery, e-mail address, DUNS number, and reference the RFP number W912DW-12-R-0043. If any of the information is not provided, the request will be returned or denied. The solicitation will only be issued to one point of contact for the company. Please no phone calls. All questions must be submitted in writing to the above point-of-contact. Contracting Office Address: USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755 Place of Performance: USACE District, Kandahar 0003 HQ HHC ARCENT KANDAHAR, OEF MULTI CLASS SSF AWCF KANDAHAR APO AE AF 09355 AF The point-of-contact for administrative or contractual questions is John Scola at John.P.Scola@usace.army.mil (with carbon copy to Kevin.T.Mulvihill@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W912DW-12-R-0043/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN02883007-W 20120916/120914235833-ad520475f25edd15c5a431dfd435c2a2 (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.