Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2018 FBO #6074
SOURCES SOUGHT

Y -- MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) in Poland

Notice Date
7/9/2018
 
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
W912GB-19-X-0002
 
Archive Date
8/18/2018
 
Point of Contact
Allison M. Blount, Phone: 0114961197442983
 
E-Mail Address
allison.m.blount@usace.army.mil
(allison.m.blount@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement for MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) in Poland for USACE Europe District 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. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220 Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Poland 4. ANTICIPATED PROJECT TITLE: FY19 POLAND MATOC 5. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding an indefinite delivery, indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) for Design-Build (DB) or Design-Bid-Build (DBB) projects within Poland. The estimated contract value is anticipated to be a not to exceed amount of $249.9 million. MATOCs are a shared capacity amongst all contractors within the MATOC Pool. The anticipated number of contractors within each MATOC pool is unknown at this time. A three year base period and two 1-year option periods are anticipated, for an overall possible five year period of performance. The contract will expire after five years or when capacity is reached, whichever comes first. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. 6. PROJECT DESCRIPTION: The purpose of this acquisition is to provide a contract vehicle for Design-Build (DB) and Design-Bid-Build (DBB) projects for real property repair and maintenance, environmental work, force protection work, utility infrastructure, and construction services. The estimated project size for Task Orders under this MATOC would be between $250,000 and $49,000,000. The average expected duration of projects is between 6 months to 2 years. Task Orders will primarily address new construction, design-build, general building renovation, road and pavement repair, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Projects will support US Forces and/or Facilities Poland. Project work may also include Force Protection type projects and Design Build projects for various construction and utility infrastructure type projects. Prime contractors must meet all applicable host nation (Poland) requirements including licensing. The location where work is expected to be performed under this MATOC is throughout Poland primarily but not limited to the following locations: Boleslawiec, Powidz, Zagan, Swietoszow, and Poznan. 7. SOURCES SOUGHT: The purpose of this source sought is to gain knowledge of interest, capabilities and qualifications of various members of 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. 8. 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. 9. SUBMISSIONS: Capabilities Statement 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 solicitation when it is issued • Firm’s Cage Code and DUNS number. •Bonding Capability: Name of Surety &Capacity for single contract and aggregate both expressed in dollars •Firm’s capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously, include: (a) Firm’s capability to execute comparable work performed within the past 5 years (b) Brief description of the project (c) Customer name (d) Timeliness of performance (e) Customer satisfaction and (f) Dollar value of the project. •Firm’s Joint Venture information or Teaming Arrangements: Include Cage Code or System for Award Management (SAM) information/registration, if available. 10. RESPONSES DUE: All interested contractors should submit responses via email by 1400 hours Central European Summer Time on 03 August 2018. Submit responses and information to Contract Specialist Allison M. Blount at allison.m.blount@usace.army.mil. No hard copies will be accepted. 11. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Allison M. Blount at allison.m.blount@usace.army.mil. Important Note: * Prior to award of a contract, Contractors are required to be registered in the System for Award Management (SAM) and that all information required is current and up to date. NOTE: SAM has a new requirement that firms must submit a notarized letter appointing the authorized Entity Administrator before your registration will be activated or renewed. Please allow enough time to fulfill this new requirement in SAM to avoid any delays with the entity registration or record maintenance. https://www.sam.gov/portal/SAM/#1 ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-19-X-0002/listing.html)
 
Place of Performance
Address: Poland
 
Record
SN04984336-W 20180711/180709231355-84b327b21bd175840d86bc8f170da5fd (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.