SOLICITATION NOTICE
Y -- PRE-SOLICITATION ANNOUNCEMENT
- Notice Date
- 2/11/2014
- 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
- W912GB-14-R-0020
- Response Due
- 4/17/2014
- Archive Date
- 5/17/2014
- Point of Contact
- Sarah Downs, 0611-9744-2624
- E-Mail Address
-
USACE District, Europe
(sarah.downs@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION ANNOUNCEMENT PROJECT NAME: FY14 AFRICOM HA Togo DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Europe District intends to issue a Request for Proposal (RFP) W912GB-14-R-0020 for the design-build construction project consists of design, construction, demolition, and renovation of a maternity ward and kindergarten school for deaf children in Lome, Togo, Africa. The first project consists of one (1) new two-story buildings to be used as a maternity ward and clinic, demolition of an existing facility, and renovation of an existing clinic. The second project consist of a new four (4) classroom kindergarten school for deaf children, demolition of an existing structure, construction of a new sanitary building with showers latrines and sinks, a new sanitary and storm water system, and a rainwater harvesting system. The project consists of delivery of fully functional facilities as described in this document. TYPE OF CONTRACT AND NAICS: This Solicitation will result in one (1) Firm-Fixed-Price (FFP) contract award. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under Full and Open Competition. SELECTION PROCESS: The Government intends to utilize a two-phase source selection process to evaluate contractors for award in accordance with FAR 36.3 -- Two-Phase Design-Build Selection Procedures. Those Contractors who are considered most qualified during Phase I (Not to exceed five contractors) will be requested to submit proposals for Phase 2 portion of the solicitation. This project will use the Best-Value Trade-Off Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15. The winning bidder will be responsible for providing design and completion of the renovation work as detailed in the contract documents. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000 accordance with FARS 36.204. CONTRACT PERFORMANCE: Contract duration shall be 365 calendar days from the issuance of the notice to proceed (NTP). SITE VISIT: U.S. Army Corps of Engineers (USACE) will be conducting a pre-proposal conference and site visit to provide detailed information concerning the requirements for contractors interested in submitting bids. Contractors interested in receiving information concerning the current project, please contact the following individual to obtain a copy of the solicitation. The pre-proposal conference will be held on or about the third week of March 2014 in Lome, Togo. Confirmed dates and times will be identified in the solicitation ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about the first week of March 2014 and awarding the contract on or about May or June 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of this solicitation, plans, and specifications will not be provided. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Sarah Downs, at sarah.downs@usace.army.mil. Telephone calls will not be accepted. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-14-R-0020/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN03286696-W 20140213/140211235023-f653a1be3c7d0739710d916b741cd8d1 (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 |