SOURCES SOUGHT
Y -- Miscellaneous New Construction; Renovation/Rehabilitation; and Maintenance & Repair at Various Sites within the United Arab Emirates (UAE)
- Notice Date
- 5/11/2012
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-12-R-0081
- Response Due
- 5/25/2012
- Archive Date
- 7/24/2012
- Point of Contact
- Joe Libbey, 540-665-3958
- E-Mail Address
-
USACE Middle East District
(joe.l.libbey@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Purpose of Notice: This purpose of this notice is to gain knowledge of potential qualified business concerns, both U. S. and Foreign, capable of performing a Scope of Work for Miscellaneous New Construction; Renovation/Rehabilitation; and Maintenance & Repair at Various Sites in UAE. Set Asides and Codes: As the work will be performed outside of the Continental United States, no set asides or Socio economic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS} under code 236220 (Commercial and Institutional Building Construction}. The Small Business Standard Code (SIC} is 1542 ($33.5M}. The FSC is Y199 (Miscellaneous Buildings - Construction of Facilities}. Pre-Solicitation Announcement: It is anticipated that a pre-solicitation announcement will be published in the Federal Business Opportunities on or about June 15, 2012. The contract will consist of multiple Contract Line Item Numbers (CLINs}, inclusive of Options, for proposing various rates for "Coefficients. ""Coefficient" means a numerical factor that represents costs not considered to be included in "Unit Price Book" unit prices. Coefficients may consist of items such as: (general and administrative and other overhead costs, insurance costs, bonding and alternative payment protection costs, protective clothing, equipment rental, sales tax and compliance with tax laws, and also contractor's profit, as applicable). Contingencies such as changes in wage rates and the effect of inflation in Option Years are also covered in the coefficient when Economic Price Adjustment is not used. Coefficients proposed by Offerors are multiplied times the unit prices in the Unit Price book to price a job or project on individual orders. The Coefficient (s) proposed by the Offeror and accepted by the Government are incorporated into the contract. Project Scope: Type of Contract: This will be a "Job Order Contract (JOC)" by means of a Firm Fixed Price (FFP) Indefinite Delivery - Indefinite Quantity Contract (IDIQ), which is awarded on the basis of Full and Open Competition. This type contract is used to execute sustainment, restoration and modernization projects at installation (post, camp, or station) level. The JOC includes a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure and pre-established unit prices for each of these discrete tasks. Each project or job ordered under a JOC is normally comprised of a number of pre-described and pre-priced tasks. "Non-prepriced task or item" means a necessary, but incidental, part of a job or project ordered or to be ordered under a JOC that is not susceptible to unit pricing using the pre-priced tasks. In the Unit Price Book or data base incorporated in the JOC. The coefficient developed for a pre-priced task or item must not be applied to a non-pre-priced task or item. "Unit Price Book" means the compilation of sustainment, restoration, and modernization tasks, associated units of measure and unit prices that are used in Job Order solicitation and JOC. JOC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in the coefficient(s). Period of Performance: Five (5) Years consisting of One (1) Base Year and Four (4} Each Option Years, with the Contract beginning from Notice to Proceed. Estimated Dollar Ranges: Total Contract Estimated Range- Between $10M and $25M (Stated Range lAW DFARS 236.204). Estimated Base Year Guaranteed Minimum Amount- $150,000; Each Option Year Guaranteed Minimum Amount- $75,000; Ceiling/Maximum Amount Per Year- $5M; Maximum Contract Not-To-Exceed Amount for Five (5) Years- $15 Million. Task Order Limitations: $500,000. Task Orders above $500,000 require Garrison Commander or appropriate level approval for a specific action. Under no circumstances may the statutory limitation of $750,000 for OMA-funded minor construction projects be exceeded. Required Surety: Performance and Payment Bonds are required and must be sufficient to cover the stated estimated annual maximum contract value. All costs associated with bonding shall be included in the coefficient. Required Country Registration: Firms must be registered to operate in the United Arab Emirates (UAE) and must abide by all State of UAE local laws in the performance of the resultant contract. Response Requirements: PROCESSES AND PROCEDURES/INFORMATION FOR: REQUESTING SOLICITATIONS/BIDDERS LIST REGISTRATION/PASSWORD RETRIEVAL INFORMATION /EMAIL ALERTS For Bidders List Registration and Email Alerts log onto the link listed below. (Solicitation release information and required password/s will only be released to those who have electronically filled out a Capabilities Statement. Capabilities Statements are required for EACH solicitation of interest.) http://www.aed.usace.army.mil/contracting.asp Click the Pre Solicitation Tab, click on the Capabilities Statement "Complete" button of the solicitation of interest, fill in the requested information and then click on Register. This will Automatically place you on the Bidders List for subject solicitation. Once you have completed the Information return to the Home page and click on "Sign Up for Email Alerts." This function allows you to receive Automatic email alerts when any new solicitation actions occur. Automated Capabilities Statement entries must be completed prior to the release of the solicitation due to the fact that solicitation password information is only sent to those who have completed the on-line Capabilities Statement. Your submission should address all questions in the capability statement and your ability to perform the work stated in the project information section of this notice. Disclaimer: This synopsis is for Market Research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Point of Contact: Questions concerning submissions shall be directed to Contract Specialist/Contracting Officer, E-Mail: Joe.L.Libbbey@usace.army.mil and Robyn Ratchford, Acquisition Specialist, E-Mail: Robyn.Ratchford@usace.army.mil. Contracting Office Address: USACE Middle East District P.O. Box 2250 Winchester, VA 22604-1450
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-12-R-0081/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN02745642-W 20120513/120511234736-879d75413dc146d8263ec65051fc1760 (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 |