Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2019 FBO #6552
SOURCES SOUGHT

Y -- SATOC JOC for Germany West, Belgium, and the Netherlands

Notice Date
11/1/2019
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Europe, CMR 410 Box 7, APO, Non-U.S., 09049, United States
 
ZIP Code
09049
 
Solicitation Number
W912GB20R0007
 
Archive Date
11/16/2019
 
Point of Contact
Shelia A. Welsh, Phone: 061197442756, Robin Prince,
 
E-Mail Address
shelia.a.welsh2@usace.army.mil, Robin.G.Prince@usace.army.mil
(shelia.a.welsh2@usace.army.mil, Robin.G.Prince@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Announcement No. W912GB-20-R-0007 INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ) JOB ORDER CONTRACT (JOC) for Germany, Belgium and the Netherlands PURPOSE OF THIS ANNOUNCEMENT: This is a market survey for information and planning purposes. The US Government intends to solicit and acquire services as described within this announcement. The purpose of this announcement is to help determine the interest and capability of potential contractors to perform these services. The US Government intends to use information obtained in response to this announcement to make important acquisition planning decisions including but not limited to: - Contract type - Number of contracts - Scope, magnitude, and geographical coverage of resulting contracts (Technical and Geography) This is not a Request for Proposal (RFP) and is not to be construed as a commitment by the US Government, implied or otherwise, to issue a solicitation or award a contract. INFORMATION ABOUT THE SERVICES TO BE PROCURED: USACE Europe District intends to issue a solicitation to provide minor construction to include military construction and other Sustainment, Restoration, and Modernization (SRM) projects which include real property repair, maintenance, environmental work, asbestos, force protection work and construction services. The 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 protect and environmental remedial work. There may Security Requirements for base access associated with this procurement. The Contractor shall furnish all labor, supervision, management, tools, materials, equipment, facilities, transportation, incidental engineering, and other items necessary to accomplish tasks. The most pertinent NAICS code associated with this work is primarily 236220 Commercial and Institutional Building Construction PLACES OF PERFORMANCE / LIST OF SITES: The geographical area covered by this contract is all US Government facilities located throughout Germany West, Belgium and the Netherlands. Work will be performed primarily at U.S. Army Garrison (USAG) Rheinland-Pfalz, USAG Stuttgart and USAG Wiesbaden among other locations. Additionally, work may be required at USAG Bavaria & USAG Ansbach. PLANNED SOLICITATION INFORMATION: One or more pre-solicitation announcements will follow this market survey, and the solicitation announcement(s) will follow no sooner than 15 days later. Currently it is estimated that the formal solicitation could occur anytime in early 2020. It is not known at this time how many solicitations will be issued. PLANNED CONTRACT INFORMATION: The US Government forecasts the need for multiple projects at the various locations listed above. As a result, the Government intends to issue one or more Indefinite Delivery/Indefinite Quantity (IDIQ) contracts. Any resulting contracts will be Firm Fixed Price (FFP) in nature. The anticipated contract duration are a base period comprised of one (1) year and four (4) option periods of one (1) year each, for an overall possible period of performance of 5 years. The contract may expire after one year or when capacity is reached, whichever comes first. REQUIREMENTS TO RESPOND TO THIS SOURCES SOUGHT Prospective Offerors are encouraged to respond to this announcement in order to express interest performing this type of work and describe their capabilities. The firms capabilities should be no more than six (6) pages in length and at a minimum, responses should include: • Offeror's Name, address(es), English speaking point of contact, phone number and e- mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number. (See special SAM notice below) o Firm's capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously, include: o Firm's capability to execute comparable work performed within the past 5 years o Brief description of the project o Customer name o Timeliness of performance o Customer satisfaction o Dollar value of the project • Firm's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available (See special SAM notice below) o Bonding capability The anticipated task order limitations for the planned solicitation are between $2,500.00 & $2,000,000.00. The Government reserves the right to change anticipated task order limits. ALL RESONSPONSES MUST BE IN ENGLISH NOTE: IF YOU DO NOT INTEND TO SUBMIT A PROPOSAL FOR THESE PROJECTS WHEN FORMALLY ADVERTISED FOR SOLICITATION, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT. HOW TO SUBMIT RESPONSES Interested parties may submit responses via electronic upload on this FBO announcement page, or may also be submitted via email to Ms. Sheila Welsh, Contract Specialist, at shelia.a.welsh2@usace.army.mil. If submitting over email, to ensure your submission is received and processed appropriately, please utilize the following verbiage for the subject of your email "SS RESPONSE: W912GB-20-R-0007 FIRM NAME HERE" DEADLINE FOR RESPONSES: Responses will be actively accepted until 15 Nov 2019 following the posting of this announcement and important acquisition planning decisions will be made shortly thereafter. Responses will no longer be taken via electronic upload on this FBO announcement page after the date posted. Late responses may be submitted for consideration via email, however interested parties are advised that acquisition planning decisions will be approved as soon as possible after the stated deadline, and as such the US Government reserves the right to disregard late responses. SPECIAL NOTICE, SYSTEM FOR AWARD MANAGEMENT (SAM, www.sam.gov): In order to eligible for the contract award(s) resulting from any solicitation(s) that follow this announcement, Offerors are advised to take immediate action to ensure their SAM entity registration is current and/or will be current before any proposal deadlines. Any solicitation(s) following this announcement will include the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award(s) will include the clause FAR 52.204-13 SAM Maintenance or 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. Please take notice that the SAM has a new entity registration requirement that firms submit an "original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated." This applies to all new entity registrations and all entity registration renewals, effective 29 April 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/samupdate. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. NOTE: the instructions are different for domestic (U.S. based) and international (not U.S. based) firms. Instructions for domestic entities (located in the U.S. or its outlying areas): https://fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183. Instructions for international entities (not located in the U.S. or its outlying areas): https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=dbf8053adb119344d71272131f961946&sysparm_search=KB0013221 ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY****
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB20R0007/listing.html)
 
Record
SN05488388-W 20191103/191101231125-ee75f6841e424a12a3cd48ecb34e245b (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.