Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

Z -- Fiscal Year 2019 Turkey JOC

Notice Date
9/10/2018
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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-R-0001
 
Archive Date
10/10/2018
 
Point of Contact
Anthony R. Melicharek, Phone: 01149061197442385, David Neal,
 
E-Mail Address
anthony.r.melicharek@usace.army.mil, david.neal@usace.army.mil
(anthony.r.melicharek@usace.army.mil, david.neal@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation for W912GB-19-R-0001 Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Turkey 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2019 (FY19) Turkey JOC 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 238990, All Other Specialty Trade Contractors 4. CONTRACT SPECIALIST: Anthony Melicharek, anthony.r.melicharek@usace.army.mil 5. PLACE OF PERFORMANCE: Turkey 6. SOLICITATION NUMBER: W912GB-19-R-0001 7. DESCRIPTION: USACE NAU intends to solicit and award one (1) Indefinite Delivery-Indefinite Quantity (IDIQ) contract for construction services throughout Turkey; to be procured in accordance with Federal Acquisition Regulation (FAR) Part 36, under North American Industrial Classification System (NAICS) code 238990, All Other Specialty Trade Contractors. The amount of work for the contract shall not exceed $10,000,000.00. This acquisition is needed to support continued Sustainment Restoration & Modernization (SRM) projects located throughout Turkey. The purpose of this acquisition is to provide a contract vehicle for real property repair, maintenance, environmental work, asbestos abatement, force protection work, and construction services in the areas identified below. The task orders will primarily address general building renovation, road and pavement repair, and general environmental work. This work includes, but is not limited to, incidental new minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, force protection, and incidental environmental remedial work. 8. TYPE OF CONTRACT: FFP IDIQ SATOC JOC where each project task order is normally comprised of a number of pre-described and pre-packaged tasks found in the Scope of Work and linked to the 2016 Europe Unit Price Book (UPB). 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the best value tradeoff process, resulting in a FFP contract award to a single offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors. The award will be made considering price and the following non-price factors; Experience, Past Performance and Management Approach. 11. CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a base period of one year and four option periods of one year each (5 years total). The contemplated contract's capacity will not exceed $10,000,000.00 for the base and all option years. 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: The solicitation will provide further information on the Pre-Proposal Conference. 13. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration is to be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download from the FedBizOpps web page. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation will be in PDF format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 15 October 2018. The Government intends to have proposals due on or about 15 November 2018 and award the contract by the end of January 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 15. NOTICE TO OFFERORS: The Government reserves the right to cancel the solicitation, either before or after the proposal opening with no obligation to the offeror by the Government. MINIMUM GUARANTEE: A separate minimum guarantee in the amount of $5,000.00 will be allocated for the base plus each of the four (4) option periods. TASK ORDER LIMITATIONS: The minimum task order value will be €2,000.00 and the maximum task order value will be €1,250,000.00. 16. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Mr. Anthony Melicharek at anthony.r.melicharek@usace.army.mil and Contracting Officer Mr. David Neal at david.w.neal@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-19-R-0001/listing.html)
 
Record
SN05082506-W 20180912/180910231931-f14952e7d7d264daa0b2d3bef5b966ea (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.