MODIFICATION
Y -- Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) - Country: The State of Kuwait - Amendment 4
- Notice Date
- 11/1/2016
- Notice Type
- Modification/Amendment
- 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-15-R-0013
- Response Due
- 3/6/2015
- Archive Date
- 11/30/2016
- Point of Contact
- Diane deLathouder, , Michelle R. Pearman,
- E-Mail Address
-
Diane.E.deLathouder@usace.army.mil, Michelle.R.Pearman@usace.army.mil
(Diane.E.deLathouder@usace.army.mil, Michelle.R.Pearman@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Kuwait MATOC Industry Day Questions and Answers. NOTICE TO OFFERORS: FORMER SOLICITATION NUMBERS FOR THE KUWAIT MATOC WERE W912ER-15-R-0013 AND W912ER-16-R-0018. THE NEW SOLICITATION NUMBER IS W912ER-17-R-0015. THE INDUSTRY DAY QUESTIONS AND ANSWERS ARE ALSO PROVIDED AS AN ATTACHMENT TO THIS ANNOUNCEMENT. NOTE: THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSALS (RFP). THIS NOTICE DOES NOT OBLIGATE THE UNTIED STATES (U.S.) GOVERNMENT TO ANY CONTRACT AWARD. THIS NOTICE DOES NOT RESTRICT THE GOVERNMENT AS TO THE ULTIMATE ACQUISITION APPROACH. RESPONSES TO THIS MARKET SURVEY SHALL BE FOR INFORMATIONAL PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COSTS INCURRED IN PREPARATION OF A RESPONSE TO THIS NOTICE. COVER LETTERS AND EXTRANEOUS MATERIALS (BROCHURES, ETC.) WILL NOT BE CONSIDERED. QUESTIONS CONCERNING SUBMISSIONS SHOULD BE DIRTECTED TO DIANE E. DELATHOUDER, CONTRACT SPECIALIST AT 540-665-6558 ( DIANE.E.DELATHOUDER@USACE.ARMY.MIL ) AND MICHELLE PEARMAN, CONTRACTING OFFICER AT 540-665-3673 ( MICHELLE.R.PEARMAN@USACE.ARMY.MIL ). 1. CONTRACT INFORMATION: The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division Middle East District (TAM), intends to issue a Request for Proposal (RFP) for a Multiple Award Task Order Contract (MATOC) to support both design-build and design-bid-build construction projects on military bases throughout the Country of Kuwait. It is the Government's intent to make multiple awards under a single solicitation in accordance with FAR 16.504(c). 2. PROJECT SCOPE: Project types for this acquisition may include but are not limited to new construction to renovation and upgrades of real property such as general building renovations, facility renovation, facility repairs/alterations, command and control facilities, training facilities, medical facilities, fuel distribution and storage systems, power plants, road construction, airfields conversion, additions to all 7 types of buildings, naval facilities and associated structures, facilities demolition, building debris type removal, structural repairs, site work, utility installation/replacement, paving, industrial repairs, equipment upgrades, geotechnical work, instrumentation, security systems, and design associated with all of the various aforementioned tasks and other projects requested by the customers within Kuwait. Some projects may be located within secured areas and may require prior approval for access by contractor personnel. 3. PROJECT MAGNITUDE: The total capacity is $250,000,000. Task orders issued off of this MATOC are anticipated to be between $1,000,000 and $20,000,000. 4. PERIOD OF PERFORMANCE: The period of performance is a one-year base period and four 13-month option periods. 5. PROPOSAL PERIOD: The solicitation is scheduled for release on or about December 19, 2016. The proposals will be due on or about January 18, 2017. Contract award is expected on or about July 31, 2017. 6. PLANS AND SPECIFICATIONS: This will be an electronically issued solicitation. The Government will post the solicitation and technical requirements to the Federal Business Opportunities website at https://www.fbo.gov/. 7. SITE VISIT: A site visit is not contemplated at this time. 8. REGISTRATION/SUBMISSION REQUIREMENTS: Offerors must have and maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM to be eligible for a Government contract award. If the offeror is a Joint Venture (JV), the JV entity must have a 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 database, the Government reserves the right to award to the next prospective offeror. To register to receive notifications and subscribe to the mailing list for specific solicitations, offerors should visit the Federal Business Opportunity (FedBizOpps) located at https://www.fbo.gov/. 9. PROPOSAL PROCEDURES: The solicitation will be a Request for Proposal (RFP) utilizing Two-Phase design-build selection procedures in accordance with Federal Acquisition Regulation (FAR) Subpart 36.3. This will be a Phase One of the Two-Phase process and will be solicited using full and open competition. Only Phase One proposals will be accepted. Phase Two will be issued as an amendment to this solicitation to only those offerors who participated in Phase One and were selected to proceed to Phase Two. The most highly qualified offerors will proceed to Phase Two. Contract award will be based upon a Best Value Tradeoff method in accordance with FAR 15.101-1. The evaluation criteria will be conveyed within the RFP. A target of three (3) awards are anticipated. However, the Government reserves the right to award more or fewer. Defense Base Act Insurance and construction surety will be required. The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at the Federal Business Opportunities website, https://www.fbo.gov/. Paper copies of the solicitation will not be issued. Telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register at the Federal Business Opportunities website at https://www.fbo.gov/. Amendments,if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing Phase One amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. 10. ADDITIONAL REQUIREMENTS: Performance and payment bonds will be required for awarded task orders under this contract. Responses to this Pre-solicitation Notice are not required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-15-R-0013/listing.html)
- Place of Performance
- Address: Kuwait, United States
- Record
- SN04317209-W 20161103/161101234150-8c1ea9a9a5201bf913a36213b786ed63 (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 |