SOLICITATION NOTICE
Y -- FY21 DB-DBB SCIF Construction MATOC
- Notice Date
- 12/3/2020 8:11:34 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
- W912GB21R0010
- Response Due
- 1/18/2021 1:00:00 AM
- Archive Date
- 02/02/2021
- Point of Contact
- Candace C. Lotomau, LTC Christian Solinsky
- E-Mail Address
-
Candace.C.Lotomau@usace.army.mil, Christian.Solinsky@usace.army.mil
(Candace.C.Lotomau@usace.army.mil, Christian.Solinsky@usace.army.mil)
- Description
- PRESOLICITATION NOTICE for W912GB21R0010: Two-Phase Design-Build (DB) and Design-Bid-Build (DBB) Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Sensitive Compartmented Information Facility (SCIF) Construction within the countries of the European Union 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2021 (FY21) Sensitive Compartmented Information Facility (SCIF) Construction Multiple Award Task Order Contract (MATOC) � 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District � 3. NAICS: �236220, Commercial and Institutional Building Construction � 4. PLACE OF PERFORMANCE: European Union countries � 5. SOLICITATION NUMBER: W912GB21R010 � 6. DESCRIPTION: The U.S. Army Corps of Engineers, Europe District (NAU) has a mission to provide design and Sensitive Compartmented Information Facility (SCIF) construction to support the US Army, Joint Forces, and any work associated in direct support of the US Government. The SCIF Construction MATOC is for design-bid-build and design-build construction projects throughout Europe. These requirements are often time-critical and of a highly sensitive nature. The purpose of this NAU Indefinite Delivery Indefinite Quantity (IDIQ) MATOC is to provide SCIF construction, real property repair and maintenance, associated environmental work, and force protection work throughout Europe. 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 estimated capacity of the MATOC is approximately $97,000,000.00. Task Orders will primarily address new design-build or design-bid-build construction, building renovation, associated environmental work including, but not limited to, excavation, plumbing, demolition, electrical, structural, mechanical, and concrete work for SCIFs. Contract awards are anticipated for US Forces and/or Facilities throughout Europe. USACE Europe District intends to solicit competitive proposals in accordance with FAR 6.1 Full and Open Competition. Additionally, this acquisition will be based on competition among all United States firms or US Joint Ventures responding to the solicitation, which will be issued to qualified firms that meet or have the ability to obtain Facility Clearance (FCL) IAW the requirement as set forth by the Defense Security Service. The offeror will be required to have a valid FCL or have the ability to obtain FCL, pursuant to Defense information Systems Agency Industrial Security program & DD Form 254, Contract Security Classification Specification Implementation Guide, in conjunction with DOD 5220.22-R, Industrial Security Regulation (ISR) and DOD 5220.22-M, National industrial Security Program Operation manual (NISPOM). The Contracts will be awarded only to U.S. Firms and paid in U.S. ($) dollars. 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 subject to the vetting and approval of subcontractors by the Accrediting Official. Restrictions on non-U.S. subcontractors and labor may apply on a task order by task order basis. In addition, offerors are advised that workers and subcontractors from countries identified as critical for Technical or Human Intelligence threat, or listed on the DOS Prohibited Countries matrix may not be approved. Accordingly, subcontractors will be submitted and approved on a task order by task order basis. Once approved, 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 or better in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. 7. TYPE OF CONTRACT: This solicitation will be for award of FFP IDIQ MATOC. Use of the MATOC will provide the Government with a construction project delivery method that can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. � 8. 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. � 9. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the best-value trade-off process, resulting in a FFP contract award with more than two (2) Offerors who demonstrate the best value to the Government. The evaluation process for award of the contract will consider the non-price factors, when combined, to be approximately equal in importance to price. � 10. CONTRACT MAGNITUDE: The term of the resultant contracts will be a base period of five (5) years with no option years. The contract will end upon completion of the five (5) years or upon attainment of the $97,000,000.00 capacity. Individual projects issued under the MATOCs will contain their own estimated values. � 11. PRE-PROPOSAL CONFERENCE: It is anticipated that Europe District will host a virtual Pre-Proposal Conference on a date TBD to accommodate continuing travel and meeting restrictions related to COVID-19. 12. SOLICITATION WEBSITE: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this, or any U.S. government contract. Solicitation documents, plans and specifications will only be available via Beta.Sam.gov (https://beta.sam.gov/) website. The solicitation will be available only as a direct download. 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. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. � 13. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 18 December 2020. The Government intends to award the contract by June 2021. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. � 14. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the Offeror(s) by the Government. � 15. MINIMUM GUARANTEE: A single minimum guarantee amount of $2,500.00 will cover the base period per contract award. � 16. TASK ORDER LIMITATIONS: The minimum task order value will be $50,000.00 and the maximum task order value will be $30,000,000.00. � 17. POINTS-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, Candace Lotomau, at Candace.C.Lotomau@usace.army.mil and Contracting Officer, LTC Christian Solinsky, at Christian.Solinsky@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5ca399bbebfc4bca8c125e2916b9db18/view)
- Place of Performance
- Address: DEU
- Country: DEU
- Country: DEU
- Record
- SN05865893-F 20201205/201203230145 (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 |