Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2010 FBO #2994
SOLICITATION NOTICE

Z -- The U.S Army Corps of Engineers, Europe District,Pre-Solicitation Notice W912GB-10-R-0025Italy Job Order Contract 2010

Notice Date
2/2/2010
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Corps of Engineers, Europe District, Contracting Division, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0025
 
Response Due
2/17/2010
 
Archive Date
4/18/2010
 
Point of Contact
Kathleen A. Kern, 004961197442621
 
E-Mail Address
Corps of Engineers, Europe District, Contracting Division
(kathleen.kern@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Corps of Engineers, Europe District, Pre-Solicitation Notice W912GB-10-R-0025 Turkey Job Order Contract (JOC) This Pre-Solicitation Notice provides U.S. Army Corps of Engineers, Europe District intent to award one (1) Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for the purpose of acquiring real property repair, maintenance, minor construction, and/or asbestos abatement. The JOC Task Orders will primarily address general building renovation, road and pavement repair, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Each project task ordered awarded under a JOC is normally comprised of a number of pre-described and pre-packed tasks as described in each Task Order and the Unit Price Book. The work is performed for U.S. Defense facilities and other owned or leased facilities in Turkey. Use of the JOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as complex projects, helping to minimize design effort and related overhead expenditures and facilitate aggressive schedules. Contractors are reminded that work on any U.S. Defense facilities and other owned or leased facilities in Turkey requires NATO access to that facility, which is obtained through the Turkish Government prior to beginning any work on that location. The Government will evaluate and select, for contract award, one (1) qualified Offeror, whose Proposal is determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Estimated cost range of this project is approximately US$9,000,000 (estimated to be US$3,000,000 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$9,000,000 capacity. Individual projects issued under the JOC will contain their own estimated values. The U.S. Army Corps of Engineers, National Contracting Organization (NCO), Wiesbaden, Germany will be the procuring office. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 17 February 2010 and the approximate proposal due date will be on or about 17 March 2010. Note: these dates could be subject to change. The proposals will be evaluated and award shall be made utilizing Best Value Trade-off, source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. The solicitation will be issued in electronic format and will be posted to Federal Business Opportunities (FEDBIZOPPS) at www.fedbizopps. All potential offerors are responsible for downloading the solicitation from the websites provided. Potential offerors are responsible for checking the website(s) for any future amendments and downloading those amendments as they occur. No separate notice will be provided. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the solicitation and applicable documentation posted at the referenced websites. All responsible sources may submit a proposal at their own cost. All Contractors that perform work outside the United States are required to register in the Central Contractor Registration (CCR) system in order to be awarded a contract, except under extenuating circumstances, in accordance with Federal Acquisition Regulations 4.1101(a)(5) in the FAR. (http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/04.htm#P463_53254) Related Links "NCAGE http://www.dlis.dla.mil/Forms/Form_AC135.asp "D&B Web Form for DUNS Number Request http://fedgov.dnb.com/webform "International FAQ's https://www.bpn.gov/ccr/fAQ.aspx#international https://www.bpn.gov/ccr/international.aspx Please register with the following: International Registrants Step 1: Obtain a new or existing Data Universal Numbering System (DUNS) Number from Dun and Bradstreet (D&B) by using the online web form (http://fedgov.dnb.com/webform) process. If you require additional D&B assistance, please email ccrhelp@dnb.com. Step 2: Get an NCAGE code before beginning your registration in CCR. Foreign companies must first obtain a North Atlantic Treaty Organization (NATO) CAGE (NCAGE) code from the appropriate source. Use the NCAGE online form (http://www.dlis.dla.mil/Forms/Form_AC135.asp) to obtain an NCAGE. In block 2 of the form, select Other if your country is not listed. If the form cannot be submitted via internet, or you have any questions about this form or have problems with it, call +9269 9617766 (DSN 661-5757) or send a message to NCAGE@dla.mil. Step 3: Register in CCR. You may begin your CCR registration 24 hours after you have received your D&B DUNS number. A U.S. Tax Identification Number (TIN) and Electronic Funds Transfer (EFT) information are NOT required if you are located in a foreign country. 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 16 February 2010 to Contract Specialist: Ms. Kathleen A. Kern, e-mail: kathleen.kern@usace.army.mil, telephone number: +49(0)611 9744 2621; facsimile number: +49(0)611 9744 2618. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0025/listing.html)
 
Place of Performance
Address: Corps of Engineers, Europe District, Contracting Division CMR 410 BOX 7, APO AE
Zip Code: 09049
 
Record
SN02055859-W 20100204/100202235607-d420528c93e7f71e7908890f88432d98 (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.