Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOLICITATION NOTICE

Y -- DB/DBB MULTIPLE AWARD TASK ORDER CONTRACT (MATOC) IN SUPPORT OF DEFENSE OPERATIONS IN THE REPUBLIC OF ESTONIA

Notice Date
1/7/2020 4:11:37 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB20R0016
 
Response Due
1/21/2020 11:00:00 PM
 
Archive Date
02/06/2020
 
Point of Contact
Daniel Unsen, Phone: 061197442217, LTC Christian H. Solinsky, Phone: 061197442281
 
E-Mail Address
Daniel.K.Unsen@usace.army.mil, christian.h.solinsky@usace.army.mil
(Daniel.K.Unsen@usace.army.mil, christian.h.solinsky@usace.army.mil)
 
Description
PURPOSE OF THE ANNOUNCEMENT: This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers Europe District (USACE NAU) intent to award a Firm-Fixed-Priced (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for the purpose of providing real property repair and maintenance, design build, environmental work, force protection work, and construction services in the areas for U.S. Forces and/or Facilities throughout Estonia.� DESCRIPTION: The use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. The Government will evaluate and select, for contract award, up to seven (7) qualified Offeror(s), whose Proposal(s) are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Task Orders will primarily address new construction, design-build, general building renovation, road and pavement repair, utility work to include water, sewer, electrical and gas and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Project work may also include Force Protection type projects and Design Build projects for various construction type projects.� Up to seven (7) contract awards under this solicitation are anticipated, servicing the U.S. Forces and/or Facilities throughout Estonia. This solicitation will cover the geographical area of Estonia, which includes all U. S. Government Facilities throughout Estonia. � SOURCE SELECTION: In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a two-phase source selection process will be used to evaluate the contractors for award.� Those contractors who are considered most qualified during Phase I (a maximum of seven (7) contractors) will be requested to submit the proposal requirements for Phase II.� Specific evaluation criteria will be provided in the solicitation documents.� PLANNED SOLICITATION: This solicitation will be used to award one (1) MATOC contract to support the District through the issuance of Task Orders for various projects.� Estimated cost range of this project is not-to-exceed US$49,999,995 for the life of the contract, which will consist of one, two (2) year base period and three (3) one (1)�year option periods.� The Contract will end upon completion of the five (5) year period or upon attainment of the US$49,999,995 capacity. �Individual projects issued under the MATOCs will contain their own estimated values. There will be no limits on the number of task orders awarded/issued in any year; however, the minimum amount per task order issued against this contract is anticipated to be $50,000.00 and the maximum is anticipated not to exceed $15,000,000.00.� The minimum guarantee shall be $3,000.00.� This amount shall cover the duration of the entire contract (Base Period and Option Periods). The solicitation is projected to be issued during the January timeframe. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It will be the Offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. FUTURE ANNOUNCEMENTS: The Government will post this synopsis, the solicitation, and all subsequent amendments to the Government-Wide Point of Entry (GPE) Beta.Sam.Gov Web Site http://www.Beta.sam.gov under �Contract Opportunities�. The Federal Business Opportunities (FedBizOpps) Web Site was retired effective November 12, 2019. �It is the Offeror�s sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date.� Prospective Offerors must provide all information necessary to receive posting notifications.� OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. SPECIAL SAM NOTICE: Please take notice that the System for Award Management (SAM, www.sam.gov) 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. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award 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. In order to eligible for the contract award resulting from this solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office. 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 NOTICE ABOUT SUBCONTRACTING: 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. The contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the contracting officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7259609ef0547cf878c53b249516980/view)
 
Place of Performance
Address: EST
Country: EST
 
Record
SN05528138-F 20200109/200107230131 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.