Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2012 FBO #3725
MODIFICATION

Z -- The U.S. Army Corps of Engineers, Europe District, is soliciting interest for an indefinite delivery, indefinite quantity (IDIQ) Job Order Contract (JOC).

Notice Date
2/3/2012
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB12R0007
 
Response Due
2/18/2012
 
Archive Date
4/18/2012
 
Point of Contact
Julie Meyer, 011-49-611-9743
 
E-Mail Address
USACE District, Europe
(julie.meyer@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Europe District is soliciting interest for an indefinite delivery, indefinite quantity (IDIQ) Job Order contract (JOC). The purpose of the indefinite delivery, indefinite quantity (IDIQ) Job Order Contract (JOC) is to provide real property repair, maintenance, minor construction, and/or asbestos abatement. This work includes, but is not limited to, incidental new minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, force protection, and environmental remedial work. Responses are desired from firms who can demonstrate recent and relevant experience and past performance in design/construction in Germany, but expressions of interest will be accepted from all interested parties. There will be one solicitation for three geographical location within Germany East and West, and there will be three subsequent awards, one each for a geographical area, as a result of this one solicitation for all geographical areas. The geographical areas are defined as follows:Germany East: The geographical area covered by this contract includes all U. S. Government Facilities throughout Germany. The contract will be administered by U.S. Army Corps of Engineers, Europe District, (EUD). Work will be performed primarily in USAG Stuttgart; USAG Ansbach; USAG Bamberg; USAG Garmisch; USAG Grafenwoehr; USAG Hohenfels; and USAG Schweinfurt and any other US installation or agency in direct support of the US Government. The geographical location is primarily for locations in Germany with up to 15% of project work may be performed outside of the geographical area of consideration, including other countries for work that is within the scope of the contract work. USAG Grafenwoehr: The geographical area covered by this contract includes all U. S. Government Facilities under the jurisdiction of USAG Grafenwoehr. The contract will be administered by USAG Grafenwoehr. Work will be performed primarily in USAG Grafenwoehr East Camp; the Training Area; South Camp Vilseck; Vilseck Family Housing Area; Geigenwang; Freiholster Forst Training Area; and any other US installation or agency in direct support of the USAG Grafenwoehr and/or the US Government. Up to 15% of project work may be performed outside of the geographical area of consideration. USAG Bamberg: The geographical area covered by this contract includes all U. S. Government Facilities under the jurisdiction of USAG Bamberg. The contract will be administered by USAG Bamberg. Work will be performed primarily in USAG Bamberg; Warner Barracks I, II, III, and IV, Pines Family Housing Area; Flynn Family Housing Area; Local Training Area; Airfield, and Storage and Range Area; and any other US installation or agency in direct support of the USAG Bamberg and/or the US Government. Up to 15% of project work may be performed outside of the geographical area of consideration. Offerors may submit proposals for either one location or all locations. The Offeror's proposal shall indicate the geographical location, Germany East JOC, or USAG Grafenwoehr, or USAG Bamberg. If submitting for more than one location, Offerors are to submit the appropriate number of Pricing (Bidding) Schedules and the appropriate number of Volume II(s); and one Technical package, Volume I. "Estimated Cost Range of Project" a.PERFORMANCE PERIOD: A base period of one (1) year and two (2) option periods of one (1) year each. b.MAXIMUM CONTRACT VALUE: It is anticipated $10,000,000 annually for a base period and each option period, not-to-exceed $30,000,000 for the entire life of the contract. c.MINIMUM GUARANTEE: The minimum guarantee amount is $5,000 is considered for the base period and all option years. Compensation for the base contract includes compensation for the Government's right to extend the term of the contract under the contract options. d.TASK ORDER LIMITATIONS: The minimum task order is $2,000 and the maximum task order is anticipated at $1,000,000 but can exceed this amount if determined within the scope of this contract by the Contracting Officer.Solicitation will be available at the Federal Business Opportunity website at https://www.fbo.gov on or about 20 Feb 2012. Prime construction firms are required to provide their physical address, along with a phone number, fax number, an English speaking point of contact and email address. Request that do not provide complete information will not be considered. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information provided. All request for interest in this solicitation must refer to solicitation number W912GB-12-R-0007, and be sent to the attention of Julie Meyer. Request may be sent by facsimile: +49-611-9744-2618 or by e-mail to: julie.meyer@usace.army.mil. Phone request will not be accepted. Cancellation with no obligation- "Notice to offerors: The Government reserves the right to cancel any or all of the solicitation(s), 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/W912GB12R0007/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02667984-W 20120205/120203235126-9ae619baaa5cd71f426054a661554971 (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.