SOLICITATION NOTICE
Y -- Design-Build (DB) and Design-Bid-Build (DBB) Construction Multiple Award Task Order Contract (MATOC) in support of Department of Defense (DoD) and Federal Agencies located on Military Installations or in Support of Defense Operations within Turkey
- Notice Date
- 1/13/2025 4:27:53 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
- W912GB-25-R-0012
- Response Due
- 2/1/2025 1:00:00 AM
- Archive Date
- 02/16/2025
- Point of Contact
- Leah Beyer, Ryan Fernandez
- E-Mail Address
-
leah.m.beyer@USACE.ARMY.MIL, ryan.d.fernandez@usace.army.mil
(leah.m.beyer@USACE.ARMY.MIL, ryan.d.fernandez@usace.army.mil)
- Description
- PRESOLICITATION NOTICE for W912GB25R00012: Two-Phase Design-Bid-Build (DBB) and Design-Build (DB) Multiple Award Task Order Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Contract for Turkey 1. ANTICIPATED PROJECT TITLE: Design-Build (DB) and Design-Bid-Build (DBB) Construction $98M Multiple Award Task Order Contract (MATOC) in support of Department of Defense (DoD) and Federal Agencies located on Military Installations or in Support of Defense Operations within Turkey 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220, Commerical and Institutional Building Construction 4. CONTRACT SPECIALIST: Leah Beyer, leah.m.beyer@usace.army.mil 5. PLACE OF PERFORMANCE: Turkey 6. SOLICITATION NUMBER: W912GB-25-R-0012 7. DESCRIPTION: USACE NAU intends to award a target of five (5) Indefinite Delivery Indefinite Quantity (IDIQ) MATOCs for DB/DBB Construction providing new facilities and real property repair and maintenance in support of defense operations within Turkey. Task Orders will primarily include, but are not limited to, new building construction, general building repair and renovation, road and pavement repair, general environmental, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environment remedial work (hazardous waste abatement and disposal). 8. TYPE OF CONTRACT: This solicitation will be for award of Firm-Fixed-Price 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. 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. 10. SELECTION PROCESS: The Government will utilize the Two-Phase DB Selection Procedures in accordance with FAR 36.303. In Phase ONE, the Government will evaluate the performance capability proposals in accordance with the criteria described in the eventual solicitation and intends to select a target of five (5) of the most highly qualified Phase ONE Offerors to compete in Phase TWO. Offerors will be notified if they have or have not been selected to participate in Phase TWO by the Contracting Officer. In Phase TWO, the most highly qualified Offerors will submit proposals in accordance with the eventual solicitation criteria. The Government�s Phase TWO evaluation approach will utilize the Best Value Tradeoff Process for Source Selection in accordance with FAR 15.101-1 to determine best value. 11. CONTRACT MAGNITUDE: The term of the resultant contracts will be a base period of five (5) years. The contemplated contracts� shared capacity is not exceed $98,000,000.00. Individual projects issued under the MATOCs will contain their own estimated values. 12. PRE-PROPOSAL CONFERENCE: The solicitation will provide further information on the Pre-Proposal Conference. 13. SOLICITATION WEBSITES: Offerors are cautioned to ensure that they are fully registered in SAM in advance of proposal submission, throughout the proposal review period, and through contract completion and warranty. Failure to maintain SAM registration may render your proposal ineligible for award. Solicitation documents, plans and specifications will only be available via Sam.gov (https://sam.gov/) website. All RFP documents will be made available for viewing on Sam.gov (https://sam.gov/). All amendments will be made available for viewing on Sam.gov (https://sam.gov/). It shall be the Offeror�s responsibility to check the website for any amendments. Please refer to instructions in the eventual solicitation on how to submit proposals. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 3 February 2025. 15. 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, Leah M Beyer, at leah.m.beyer@usace.army.mil and Contracting Officer, Ryan Fernandez, at ryan.d.fernandez@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5287a62ca01a4fb29abee8f482a0c250/view)
- Place of Performance
- Address: TBD, TUR
- Country: TUR
- Country: TUR
- Record
- SN07310888-F 20250115/250113230056 (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 |