Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2010 FBO #3309
SOURCES SOUGHT

Y -- AFRICA FIRM FIXED PRICE (FFP), INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) - W912GB-11-R-0024

Notice Date
12/14/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB11R0024
 
Response Due
12/28/2010
 
Archive Date
2/26/2011
 
Point of Contact
Sheri Ellis-Smith, 49611-9744-2622
 
E-Mail Address
USACE District, Europe
(sheri.ellis-smith@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES. THIS IS NOT A REQUEST FOR PROPOSALS W912GB-11-R-0024 The Europe District Army Corps of Engineers is seeking interest for a Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to provide repair, maintenance and construction services throughout the continent of Africa for defense facilities and other facilities to include U.S. owned or leased facilities in Africa. NAICS code 541990. The majority of the work to be performed under the contract is new construction throughout Africa. Use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick, straight-forward projects, complex projects and can help facilitate aggressive schedules. The Government will evaluate and select for contract award four (4) or more qualified Offeror's proposals that are determined to be the most beneficial to the Government, with appropriate consideration given to both the technical evaluation factors and price. The contract will be awarded and paid in U.S. dollars. This procurement is restricted to United States firms only. If a single Offeror does not have in-house design and construction capabilities, only U.S. joint ventures will be acceptable. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors of any nationality providing they submit commitment letters from those subcontractors. The contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the contracting officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. This work will be Foreign Military Sales (FMS) funded and all Off-Shore Procurement (OSP) and Balance of Payment Act Restrictions shall apply. Reference shall be made in the solicitation and each subsequent task order awarded under the contract implementing the U.S. Government International Balance of Payments Program (IBOP) and U.S. Government policies concerning Off-Shore Procurement (OSP), including Federal Acquisition Regulation (FAR) part 25 and Department of Defense FAR Supplement (DFARS) Part 225. A waiver of OSP requirements will not be available; accordingly, at least 51% of the dollar value of each task order, exclusive of the cost of bulk materials, or other items that the FAR or DFARS exclude from Buy American considerations, must be of U.S. origin. An OSP worksheet is only required to be completed when submitting a proposal in response to a Request for Approval (RFP) to individual task orders. The above restriction applies not only to the award of a contract resulting from this solicitation, but to any task order awarded as a result of an RFP awarded to a subsequent contract holder. Individual task orders may allow the use of local bulk materials such as sand, concrete, bricks, or other local material determined per task order. Please notify us of your interest via email by sending your company's information to the Contracting Specialist, Norma Smith at Norma.J.Smith@usace.army.mil and an email copy to the Contracting Officer, Nora L. Cherry at Nora.L.Cherry@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. Submission must be received not later than December 28, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB11R0024/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02344283-W 20101216/101214234825-b8d5ffbc98df914b6d31af12264a265d (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.