SOURCES SOUGHT
Y -- AFGHAN NATIONAL ARMY SPECIAL OPERATIONS COMMAND CORPS HEADQUARTERS EXPANSION PHASES 1 AND 2, CAMP COMMANDO, KABUL PROVINCE, AFGHANISTAN - Market Research Questionnaire - Experience Form
- Notice Date
- 2/20/2018
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE Middle East District, Attn: CETAC-PD-CT, 201 Prince Frederick Drive, Winchester, Virginia, 22602-5000, United States
- ZIP Code
- 22602-5000
- Solicitation Number
- W5J9JE18R0016
- Archive Date
- 12/31/2018
- Point of Contact
- Nikisha W. Cook, Phone: 5407234949, Mary J. Harding, Phone: 540-662-5665
- E-Mail Address
-
nikisha.w.cook@usace.army.mil, mary.j.harding@usace.army.mil
(nikisha.w.cook@usace.army.mil, mary.j.harding@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Experience Form Market Research SOURCES SOUGHT AFGHAN NATIONAL ARMY SPECIAL OPERATIONS COMMAND CORPS HEADQUARTERS EXPANSION PHASES 1 AND 2, CAMP COMMANDO, KABUL PROVINCE, AFGHANISTAN SOLICITATION NO. W5J9JE18R0016 PROJECT NUMBER: AFGHAN NATIONA ARMY (ANA) 19-006 NOTE: This is a Sources Sought publication ONLY. This announcement is issued solely for information and planning purposes (i.e., market research) - it does not constitute a Request for Quote (RFQ), Invitation for Bid (IFB), or a Request for Proposal (RFP); or a promise to issue an RFQ, IFB, or RFQ in the future. This publication does not obligate the United States (US) Government to any contract award. This notice does not restrict the Government as to the ultimate acquisition approach. Responses to this publication shall be for informational purposes only. The Government will not pay for any information or administrative costs incurred in response to this publication. Submittals will not be returned to the responder. Limit document submission to a maximum of 5 pages, one-sided (including attachments). Hard copies or facsimile submission will not be accepted. Cover Letters and extraneous materials (e.g., brochures, pamphlets, etc.) will not be considered. Request for a meeting or personal visits to discuss this publication is not permitted. 1. CONTRACT INFORMATION. The US Army Corps of Engineers (USACE), Transatlantic Afghanistan District is seeking capable sources for the design and construction of the site infrastructure and the construction of 5 buildings for the ANASOC Corps HQ Phase 1 AND 2 - Camp Commando, Kabul, Afghanistan. 2. PROJECT SCOPE: The contractor shall be responsible for the design, material, labor, and equipment to accomplish the following requirements: Construct two headquarter buildings, one conference center, one Joint Operations Center (JOC), one fusion cell building, utilities (water, electrical distribution, communications, sewer lines), demolition and other infrastructure. The Contractor shall provide a Geotechnical Report, a complete surface and topographical survey and shall design all Site and Utility features. The Contractor shall be responsible for searching for, identifying and clearing all unexploded ordnance in all areas that the Contractor shall excavate below 1 meter in depth. All other areas have been cleared to a 1 meter depth. Pursuant to the Federal Acquisition Regulation Supplements (FAR) 36.204, the magnitude for this project is between $5.0 million (M) and $10.0M. 3. PROPOSAL PROCEDURES: The Government anticipates soliciting the procurement using full and open competition. One solicitation will be issued for the acquisition consisting of a Request for Qualification (RFQ) during Phase One pursuant to FAR Subpart 36.3, Two-Phase Design-Build Selection Procedures; and a Request for Proposal (RFP) for Phase Two pursuant to FAR 15.101-1, Tradeoff Process. The anticipated award date is July 2018. 4. SUBMISSION REQUIREMENTS: The Government is seeking to identify qualified sources under the anticipated North American Industry Classification System (NAICS) Code 236220 - Commercial and Institutional Building Construction, either separately or as part of a Joint-Venture. Size Standard $36.5M. 5. BONDING CAPACITY: Provide the name of the surety identifying your firm's single and aggregate bonding capability, if applicable. In response to this sources sought, please submit the attached Market Research Questionnaire and Experience Form, along with other documents (e.g., bonding information) relative to the firm's capabilities; and submit electronically via email no later than 7 March 2018 at 10:00 AM local (Afghanistan) time to Contract Specialist Nikisha Cook at nikisha.w.cook@usace.army.mil, and Contracting Officer Mary Harding at mary.j.harding@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W5J9JE18R0016/listing.html)
- Place of Performance
- Address: Kabul Province, Afghanistan
- Record
- SN04829189-W 20180222/180220232117-93b6dcd077d930dc8faffc5d43ec3985 (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 |