Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2009 FBO #2624
SOLICITATION NOTICE

Y -- Israel Multiple Award Task Order (MATOC) forRepair, Maintenance, and Construction Services throughout Israel.

Notice Date
1/30/2009
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Corps of Engineers, Europe District, Contracting Division, Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB09R0018
 
Response Due
2/14/2009
 
Archive Date
4/15/2009
 
Point of Contact
Kathleen A. Kern, 004961197442621<br />
 
Small Business Set-Aside
N/A
 
Description
This solicitation is restricted to U.S. firms only in accordance with 41 U.S.C. 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in this solicitation must be U.S. firms or firms in a joint-venture with a U.S. firm. Important Tentative Dates: An Industry Day for this project is scheduled in Israel for 23 February 2009, exact time and location to be determined. A pre-proposal Conference for this project is scheduled in Israel for 25 February 2009, exact time and location to be determined. This Pre-Solicitation Notice provides U.S. Army Corps of Engineers, Europe District intent to award two (2) or more and up to five (5) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the purpose of providing repair, maintenance and construction services for Israeli Ministry of Defense facilities and other facilities to include U.S. owned or leased facilities in Israel. The majority of the work to be performed under the contract is new construction throughout Israel. Use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as complex projects and can help facilitate aggressive schedules. The Government will evaluate and select, for contract award, up to (5) five qualified Offeror(s), whose Proposal(s) are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. The work will be FMS funded and all Off Shore Procurement (OSP) and Balance of Payment (BOP) Act Restrictions apply. Reference shall be made in the solicitation and each subsequent task order awarded under the contract implementing to the U.S. Government International Balance of Payments Program (IBOP) and to U.S. Government policies concerning OSP, including Federal Acquisition Regulation (FAR) Part 25 and Department of Defense FAR Supplement (DFARS), Part 225. The Contracts will be awarded only to U.S. Firms and paid only in U.S. ($) dollars pursuant to 22 U.S.C. 2791(c). Any joint venture agreement must be between U.S. Firms. A waiver of OSP requirements will not be available and accordingly, at least 51% of the dollar value of each task order (exclusive of the cost of bulk materials, and other items that the FAR and DFARS exclude from Buy American considerations) must be of U.S. origin. In addition, notwithstanding the status of Israel as a designated country under IBOP, no Israeli content will be allowed on this contract except bulk materials (such as sand, gravel, or other soil material, plant materials, stone, cement or cement products, concrete masonry units or fired brick and other materials as listed in the OSP worksheet, materials described in the Direction on Israeli Content - Other Bulk Items and other items specifically authorized for purchase in Israel either in the contract specifications or by express written authorization of the Contracting Officer). Labor to deliver and install bulk and/or other exempted materials is likewise permitted be Israeli content. Estimated cost range of this project is approximately US$45,000,000 (estimated to be US$15,000,000 per year) for the life of the contract, which will consist on one (1) base year period and two (2) option year periods. The Contract will end upon completion of the three (3), one (1) year periods or upon attainment of the US$45,000,000 capacity. Individual projects issued under the MATOCs will contain their own estimated values. The US Army Corps of Engineers, Germany will be the procuring office. Potential offerors are encouraged to submit their company name, mailing address and telephone, fax number and e-mail address of an English speaking contact no later than 15 February 2008 to Contract Specialist: Ms. Kathleen A. Kern, e-mail: kathleen.kern@us.army.mil, telephone number: +49(0)611 816 2621; facsimile number: +49(0)6118162618. You will be informed when and where you may obtain a copy of the solicitation documents as well as details on any potential site visit. The Government will post this synopsis, the solicitation and all subsequent amendments for this requirement to the Government-wide Point of Entry (GPE) available at the Federal Business Opportunities (FEDBIZOPPS) website, http://www.fedbizopps.gov and Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi/ Vendors are encouraged to visit these websites and become familiar with the content and functionality prior to the solicitation issue date. The contract specialist will be the sole point of contact for this solicitation. Solicitation cancellation with no obligation to the Government Note to offerors: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f077671e65a831244e1637830b68484f&tab=core&_cview=1)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE<br />
Zip Code: 09096<br />
 
Record
SN01741539-W 20090201/090130220754-f077671e65a831244e1637830b68484f (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.