Federal Bid

Last Updated on 02 Sep 2010 at 8 AM
Solicitation
Winchester Virginia

Y--Construct Command and Control Facilities, Bagram Airfield, Afghanistan

Solicitation ID W912ER10R0044
Posted Date 05 May 2010 at 5 PM
Archive Date 02 Sep 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Usace Middle East District
Agency Department Of Defense
Location Winchester Virginia United states 22604
This announcement is for the purpose of soliciting construction firms for the construction of a Command and Control Facility at Bagram Airfield, Afghanistan. The military base is fully operational and none of its functions may be impaired by any aspect of the proposed construction. The contractor shall comply with all base security requirements. A firm fixed price contract will be awarded to a prime construction contractor. The magnitude of the project is between $25,000,000.00 and $100,000,000.00. A Bank letter of Guaranty will be required. PROPOSAL PERIOD: The solicitation is scheduled for release 15 days after the issuance of the synopsis, or sometime thereafter. The proposals will be due 30 days after the issuance of the solicitation. PROJECT SCOPE: The project includes the design and construction of Operational Support Facilities for the Joint Special Operations Task Force (JSOTF) Headquarters. Primary facilities will include an Administrative Facility with Secure Compartmented Information Facility (SCIF); Multi-purpose MWR Support to include Theater, Fitness Center, Laundry, Chapel, and Community Activity Center; Vehicle Maintenance Facility; Tactical Operations Center; and an entry control point (ECP). Supporting facilities include electrical distribution and transformers, water, & sewage distribution system, mechanical systems, information systems, site improvements, paving, walks, curbs and gutters, site work, drainage and landscaping. Antiterrorism/Force Protection measures will be included. All work identified in the Scope of Work shall be completed within 365 days from the Notice to Proceed. Information on a site visit and instructions to obtain access to the site will be provided in the solicitation. PROPOSAL PROCEDURES: 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. The Best ValueTradeoff contracting method will be used to evaluate proposals. Evaluation criteria will be stated in the RFP. The Government may include options in the solicitation. This acquisition will result in a single fixed price construction contract awarded based on a best value determination. PLANS AND SPECIFICATIONS: This is an electronically issued solicitation. The Government will post the RFP to a file transfer protocol (ftp) site and be password protected. Proposals will be received in hard/paper copies only. Electronic and fax proposals will not be accepted. POINT OF CONTACT: Ms. Alicia Weber, Contract Specialist, (540) 665-4009, fax (540) 665-4033, and email [email protected]. REQUEST FOR SOLICITATION: All requests shall be sent to Alicia Weber (information above) AND Ms. Deborah Brown, (540) 665-3764, fax (540) 665-4033, email [email protected]. Requests for W912ER-10-R-0044 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. 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. QUESTIONS: All technical inquiries and questions relating to W912ER-10-R-0044 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet.
Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Location Unknown 14 Nov 2025 at 3 PM
Fort worth Texas 04 Aug 2025 at 7 PM
New boston New hampshire 28 Jul 2025 at 4 PM
Location Unknown 14 Nov 2025 at 3 PM