MODIFICATION
Y -- The 2/3 201st Infantry Kandak of the Afghanistan National Army (ANA) in Surobi District, Kabul Province, Afghanistan. - Solicitation 1
- Notice Date
- 9/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-12-R-0042
- Response Due
- 10/11/2012 2:00:00 PM
- Archive Date
- 11/13/2012
- Point of Contact
- Albert C Rumph, Phone: 9177908078, Patrick Schanley, Phone: 9177908174
- E-Mail Address
-
albert.c.rumph@usace.army.mil, patrick.m.schanley@usace.army.mil
(albert.c.rumph@usace.army.mil, patrick.m.schanley@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 006 Appendix B-4 005 Appendix B-3 004 Appendix B-2 003 Appendix B-1 002 Appendix A-1 001 RFP 12-E017 FOB Specification W912DS-12-R-0042 Solicitation The U. S. Army Corps of Engineers, New York District, intends to issue a solicitation for the construction of the 2/3/201 Infantry Kandak of the Afghanistan National Army (ANA) in Surobi District, Kabul Province, Afghanistan. The solicitation will be available on or about September 14, 2012 on the FedBizOpps website at www.fbo.gov. The Proposals will be due approximately 30 days later. The solicitation, including any amendments, shall establish the official opening and closing dates and times. The project consists of the construction of remaining required facilities and all associated appurtenances for the 2/3/201 Infantry Kandak of the Afghanistan National Army (ANA) in Surobi District, Kabul Province, Afghanistan. The project is defined as providing site-adaptation of standard designs, materials, labor, and equipment to construct buildings, parking, utilities, and other infrastructure necessary to reach the capacity to support a population of 745 personnel. New Facilities include: Tactical Operations Center, DFAC, MWR, Medical Clinic, Laundry, Small Arms Storage, Vehicle Maintenance Building, POL building, and site improvements. Demolition of extraneous existing infrastructure will also be required. Substantial upgrades and replacements of water, waste water, and power systems will be required. 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. The period of performance for this acquisition is 510 calendar days from the issuance of Notice to Proceed (NTP). Award will be made to one (1) offeror who is deemed by the Government to be responsible in accordance with Federal Acquisition Regulations (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 source selection process to be utilized for this acquisition is Unrestricted Best Value 2-Phase Request for Proposal (RFP). The submission requirements and evaluation criteria will be defined within the Solicitation. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.2 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Albert C. Rumph Jr., Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email: Albert.C.Rumph@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-R-0042/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN02883263-W 20120916/120915000157-f69d24209c3697d6e4e27bdf55be2f99 (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 |