SOLICITATION NOTICE
Y -- INDEFINITE DELIVERY, INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONTRACT TO PROVIDE PLANNING, COORDINATION AND EXECUTION OF BUILDING AND FACILTY REMOVAL/DEMOLITION IN GERMANY.
- Notice Date
- 11/22/2010
- Notice Type
- Presolicitation
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB11R0018
- Response Due
- 12/6/2010
- Archive Date
- 2/4/2011
- Point of Contact
- Susan Tsimpinos, 49 061197442630
- E-Mail Address
-
USACE District, Europe
(susan.h.tsimpinos@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S Army Corps of Engineers, Europe District, Pre-Solicitation Notice W912GB-11-R-0018 Demolition MATOC This Pre-Solicitation Notice provides U.S. Army Corps of Engineers, Europe District intent to award an indefinite delivery, indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC). The solicitation will result in two or more contracts. The purpose of this Europe District (EUD) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) is to provide planning, coordination and execution of building and facility removal/demolition. Major aspects of the field work include, but are not limited to facility abatement and hazardous material removal, demolition, debris management and disposition, site restoration and cleanup. The MATOC work will be geographically located primarily in Germany. Use of the MATOC will provide the Government with a de-construction product delivery method that can accommodate quick and straight forward projects, as well as some small but complex projects, and can help minimize environmental assessment and design analysis and related overhead expenditures as well as handle compressed schedules. The work is performed for U.S. Defense facilities and other owned or leased facilities in Germany. 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 complex projects, helping to minimize design effort and related overhead expenditures and facilitate aggressive schedules. Contractors participating in the solicitation must be licensed and approved firms or joint ventures with licensed and approved firms legally permitted to work in Germany. The desired pool of contracts for the solicitation will be companies proving previous successful experience in Germany. The Government will evaluate and select, for contract award, two (2) or more qualified Offerors. A best value determination will be made for the MATOC awards. The contract will include a base period and include four (4) option periods of 1 year each with a minimum guarantee of $15,000.00 for the base period only. The estimated contract value is $10,000,000 per year but not-to-exceed $50,000,000 total contract capacity for all periods. The Contract will end upon completion of the five (5), one (1) year periods or upon attainment of the US$50,000,000 capacity. Individual projects issued under the MATOC will contain their own estimated values. The U.S. Army Corps of Engineers, National Contracting Organization (NCO), Wiesbaden, Germany will be the procuring office. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 7 December 2010 and the approximate proposal due date will be on or about 12 January 2011. Note: these dates could be subject to change. The proposals will be evaluated and award shall be made utilizing Best Value Trade-off, source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. The solicitation will be issued in electronic format and will be posted to Federal Business Opportunities (FEDBIZOPPS) at www.fedbizopps. All potential offerors are responsible for downloading the solicitation from the websites provided. Potential offerors are responsible for checking the website(s) for any future amendments and downloading those amendments as they occur. No separate notice will be provided. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the solicitation and applicable documentation posted at the referenced websites. All responsible sources may submit a proposal at their own cost. All Contractors that perform work outside the United States are required to register in the Central Contractor Registration (CCR) system in order to be awarded a contract, except under extenuating circumstances, in accordance with Federal Acquisition Regulations 4.1101(a)(5) in the FAR. (http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/04.htm#P463_53254) Related Links "NCAGE http://www.dlis.dla.mil/Forms/Form_AC135.asp "D&B Web Form for DUNS Number Request http://fedgov.dnb.com/webform "International FAQ's https://www.bpn.gov/ccr/fAQ.aspx#international https://www.bpn.gov/ccr/international.aspx Please register with the following: International Registrants Step 1: Obtain a new or existing Data Universal Numbering System (DUNS) Number from Dun and Bradstreet (D&B) by using the online web form (http://fedgov.dnb.com/webform) process. If you require additional D&B assistance, please email ccrhelp@dnb.com. Step 2: Get an NCAGE code before beginning your registration in CCR. Foreign companies must first obtain a North Atlantic Treaty Organization (NATO) CAGE (NCAGE) code from the appropriate source. Use the NCAGE online form (http://www.dlis.dla.mil/Forms/Form_AC135.asp) to obtain an NCAGE. In block 2 of the form, select Other if your country is not listed. If the form cannot be submitted via internet, or you have any questions about this form or have problems with it, call +9269 9617766 (DSN 661-5757) or send a message to NCAGE@dla.mil. Step 3: Register in CCR. You may begin your CCR registration 24 hours after you have received your D&B DUNS number. A U.S. Tax Identification Number (TIN) and Electronic Funds Transfer (EFT) information are NOT required if you are located in a foreign country. The Government will post this synopsis, the solicitation and all subsequent amendments for this requirement to the Government-wide Point of Entry (GPE) available at the Federal Business Opportunities (FEDBIZOPPS) website, http://www.fedbizopps.gov and Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi/ Vendors are encouraged to visit these websites and become familiar with the content and functionality prior to the solicitation issue date. The contract specialist will be the sole point of contact for this solicitation. Solicitation cancellation with no obligation to the Government Note 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. The point of contact is: Ms. Susan Tsimpinos, Contract Specialist, e-mail: susan.h.tsimpinos@usace.army.mil, facsimile number: +49(0)611 9744 2618.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB11R0018/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09049
- Zip Code: 09049
- Record
- SN02332062-W 20101124/101122234249-5dc756e784e61dd3c7ae527ba43f413f (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 |