Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 04, 2018 FBO #5945
SOURCES SOUGHT

Y -- FY19 Facility Clearance Construction MATOC

Notice Date
3/2/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB18R0018
 
Archive Date
3/30/2018
 
Point of Contact
Erica J Taylor, , Latia Wickliffe, Phone: 49061197442739
 
E-Mail Address
Erica.J.Taylor@usace.army.mil, latia.k.wickliffe@usace.army.mil
(Erica.J.Taylor@usace.army.mil, latia.k.wickliffe@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** W912GB-18-R-0018 Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design Build // Design -Bid-Build Construction Contracts in EUCOM ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220, Commercial and Institutional Building Construction 3. PLACES OF PERFORMANCE: PRIMARILY: Germany, Belgium, and the Netherlands SECONDARY: Bulgaria, Czech Republic, Hungary, Luxembourg, Poland, and Romania The Government is considering limiting the acquisition to only those countries listed as Primary and Secondary countries; however, offerors are requested to provide information on which countries they can perform in within the EUCOM Area of Responsibility: http://www.eucom.mil/about/the-region 4. ANTICIPATED PROJECT TITLE: FY19 FCL MATOC 5. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) Construction contracts to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Performance Period: The contracts will include a base period of three (3) years and two (2) 1-year option periods, for a total contract performance period NTE five (5) years. Estimated Value of the Contract: The estimated contract value is not to exceed $49.9 million. The Task Order range is a minimum task order value of $50,000 to $15 million. The Government reserves the right to change anticipated task order limits. 5. PROJECT DESCRIPTION: The purpose of the MATOC is to provide secure construction services for US Department of Defense facilities listed in the places of performance. Facility Clearance (FCL) Requirement: In accordance with IC Tech Specification 705, Technical Specifications for Construction and Management of Sensitive Compartmented Information Facilities: "Construction and design of SCIFs should be performed by U.S. companies using U.S. citizens to reduce risk, but may be performed by U.S. companies using U.S. persons (an individual who has been lawfully admitted for permanent residence as defined in 8 U.S.C. § 1101(a)(20) or who is a protected individual as defined by Title 8 U.S.C. § 1324b (a)(3))." IN ORDER TO BE CONSIDERED, interested offerors must possess a Defense Security Service (DSS) Interim Secret or Final Secret facility clearance (FCL), issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M. USACE NAU will not sponsor any firm for a facility clearance for this solicitation due to the DSS immediate performance constraints. Offerors will be required to submit their appropriate Commercial and Government Entity (CAGE) Code with the required documentation during the solicitation phase. Work in non-Controlled Access Areas (non-CAA) may be accomplished by un-cleared labor, subject to vetting by the Regional Security Office (RSO). Work within the CAA must be performed by cleared American workers possessing Secret security clearances. Access to and work in core/PCC spaces must be performed by Top Secret cleared labor who may be read on crypto/COMSEC. If a single Offeror does not have in-house design and construction capabilities, joint venture agreements between U.S. only firms will be acceptable. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors of any nationality providing they submit commitment letters from those subcontractors during the solicitation phase. USACE NAU is requesting responses from any construction firms capable of meeting this requirement. SOLICITATION: The intended solicitation will consist of a two-phase design-build selection procedures in accordance with FAR 36.3 Two Phase Design Build Selection Procedures. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 7 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 7 page limitation): Capability Statements should include: • Firm's Name, address(es), English speaking point of contact, phone number and e-mail address • Firm's interest in proposing on the solicitations when they are issued • Firm's Cage Code and DUNS number, facility clearance and safeguarding level • Firm's capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Offerors shall provide at least three (3) examples and include: 1. Firm's capability to execute comparable work performed within the past 5 years 2. Brief description of the project 3. Customer name 4. Timeliness of performance 5. Customer satisfaction 6. Dollar value of the project • The firm's capability to perform construction services within the EUCOM Area of Responsibility. PRIMARILY : Germany, Belgium, and the Netherlands SECONDARY : Bulgaria, Czech Republic, Hungary, Luxembourg, Poland, and Romania • Include Cage Code or System for Award Management (SAM) information/registration, if available • Firm's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 9. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the solicitations in April 2018 and award of the contract(s) in December 2018. 10. RESPONSES DUE: All interested contractors should submit responses via email by 16:00 hours Central European Time on 15 March 2018. Submit responses and information to erica.j.taylor@usace.army.mil and Latia.K.Wickliffe@usace.army.mil. No hard copies will be accepted. 11. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contracting Officers Erica Taylor at erica.j.taylor@usace.army.mil and Contract Specialist Major Latia Wickliffe at Latia.K.Wickliffe@usace.army.mil. *****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB18R0018/listing.html)
 
Place of Performance
Address: PRIMARILY: Germany, Belgium, and the Netherlands, SECONDARY: Bulgaria, Czech Republic, Hungary, Luxembourg, Poland, and Romania, Germany
 
Record
SN04841411-W 20180304/180302231532-ae396d637189f4ecc52957bc65abd10f (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.