The RFP Database
New business relationships start here

ANDSF Electrical Interconnects (AEI) MATOC


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****

ANDSF Electrical Interconnects/Northern Electrical Interconnects (AEI/NEI)

W5J9JE19R0001


Sources Sought Announcement for a Multiple Award Task Order Contract
Indefinite-Delivery, Indefinite-Quantity (IDIQ) Design Build / Design Bid Build
Construction Contracts in Afghanistan
for United States Army Corps of Engineer (USACE) Afghanistan District


1. AGENCY: United States Army Corps of Engineers (USACE) Afghanistan District (TAA)


2. NAICS: 237130 -- Power and Communication Line and Related Structures Construction


3. PLACE OF PERFORMANCE: Afghanistan


4. ACQUISITION INFORMATION: TAA anticipates soliciting and awarding a Construction MATOC to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests.


TAA is anticipating soliciting for a MATOC with a capacity of $99.5M.


The following is the anticipated task order limitations for comparable work reasons. The Government reserves the right to change anticipated task order limits:


• The Task Order range is a minimum task order value of $50,000 to $7.5 million.
• The solicitations will include On-Ramp and Off-Ramp terms and conditions.


Perfrmance Period: The contracts will include a base period of one (1) year and four (4) 1-year option periods, for a total contract performance period NTE five (5) years.



5. PROJECT DESCRIPTION: The purpose of the MATOC is to provide designing and buiding, but not limited to: 20kV/15kV distribution lines, modifying and installing new substation and switchyard equipment at both the serving and terminating substations. The serving substation will be on the National Electric Company, Da Afghanistan Breshna Sherkat (DABS) electric grid. The terminating substation at the facility may require construction of a new, fully equipped distribution substation and switchyard. Or, conversion of an existing substation built to distribute local diesel generated power to accept the grid distribution line electricity and have the capability to switch between the grid electricity and the local generated electricity.


ANDSF Electrical Interconnects/Northern Electrical Interconnects (AEI/NEI):
The NEI/AEI Afghanistan National Defense Security Force (ANDSF) base connections program connects a selection of Afghan military and police bases and facilities to the Afghan national power grid. The bases are selected from a list prepared by stakeholders that include: Government of the Islamic Republic of Afghanistan (GIRoA), United States and NATO. This effort will greatly improve the sustainability of the ANDSF by significantly reducing the cost of electrical power as compared to the contracted operations and maintenance cost of the existing diesel power generation. This work in addition to reducing GIRoA costs, also provides a stable and reliable revenue stream for the DABS. International donor funding is assisting DABS increase access to reasonable cost imported electricity to support the increase consumption by contributing to construction of a 500kV transmission line from Turkmenistan.



6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform design-build contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors.


7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.


8. BONDING CAPACITY: Provide the name of the surety identifying your firm's single and aggregate bonding capability, if applicable.


9. SUBMISSIONS: 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. Offerors response to this Sources Sought shall be limited to 10 pages and shall include the following information.


Capability Statements should include:
• Firm's Name, address(es), English speaking point of contact, phone number and e-mail address;
• Firm's interest in proposing on the solicitations when they are issued;
• Firm's capability and capacity to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously as well as in different regions including in-house capability to execute design and construction, or established relationship with a design firm to perform technical designs. Provide examples of projects previously performed within the last 6 years;
• Please list the corresponding customers the projects were previously performed for;
• Firm's Joint Venture information or Teaming Arrangements;
• Include Cage Code or System for Award Management (SAM) information/registration, if available


10. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE TAA anticipates posting the solicitations in January 2019 and award of the contract in July 2019.


11. RESPONSES DUE: All interested contractors should submit responses electronically via email no later than 10:00 am Local (Afghanistan) Time on 30 October 2018. Submit responses and information to oksana.strekha@usace.army.mil and nikisha.w.cook@usace.aramy.mil. No hard copies will be accepted.



*****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.******


Oksana Strekha, Phone (540) 722-1039, Email Oksana.Strekha@usace.army.mil - Nikisha W. Cook, Phone 5407234949, Email nikisha.w.cook@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP