Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2011 FBO #3504
SOLICITATION NOTICE

C -- Bulgaria MATOC

Notice Date
6/27/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB11R0040
 
Response Due
8/15/2011
 
Archive Date
10/14/2011
 
Point of Contact
Dayon Tre Santos, 49 061197442427
 
E-Mail Address
USACE District, Europe
(dayon.t.santos@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S Army Corps of Engineers, Europe District, Pre-Solicitation Notice W912GB-11-R-0040 Bulgaria MATOC This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District's intent to award an indefinite delivery, indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC). Construction services for this contract will include utility infrastructure, 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. Project work may also include Force Protection type projects and Design Build projects for various construction and utility infrastructure type projects. The MATOC work will be geographically located primarily throughout Bulgaria However, up to 20% of contract capacity may be used for projects outside of Bulgaria and may be used in countries contiguous to Bulgaria with a possibility of some work elsewhere in the region. Contractors participating in the solicitation must be licensed to perform work in Bulgaria. The desired pool of contracts for the solicitation will be companies proving previous successful experience in Bulgaria. The Government will evaluate and select, for contract award, two (2) or more qualified Offerors. A best value determination will be made for the MATOC awards. The contract will include a base period and include two (2) option periods of 1 year each with a minimum guarantee of $5,000.00 for the entire contract. The estimated contract value is $10,000,000 per year but not-to-exceed $30,000,000 total contract capacity for all periods. The Contract will end upon completion of the three (3), one (1) year periods or upon attainment of the US$30,000,000 capacity. Individual projects issued under the MATOC 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 15 July 2011 and the approximate proposal due date will be on or about 15 August 2011. 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 offeror's 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. 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. The point of contact is: Mr. Tre Santos, Contracting Officer, e-mail: dayon.t.santos@usace.army.mil, facsimile number: +49(0)611 9744 2618.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB11R0040/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02483205-W 20110629/110627234813-4e2b0479d5de33b0344765c413902c48 (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.