Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2011 FBO #3415
MODIFICATION

Z -- Pre-solicitation Notice for Playgrounds Indefinite Delivery, Indefinite Quantity (IDIQ) Contract

Notice Date
3/30/2011
 
Notice Type
Modification/Amendment
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0011
 
Response Due
5/12/2011
 
Archive Date
7/11/2011
 
Point of Contact
Michael Pearson, 0611-9744-2834
 
E-Mail Address
USACE District, Europe
(michael.d.pearson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Europe District is soliciting interest for a Firm-Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) service contract to furnish playground equipment and installation, to include minor construction considered incidental to the equipment installation. Prospective contractors shall have a knowledge and technical expertise of playground equipment positioning and installation compliance in accordance with the National Consumer Product Safety Commission (CPSC) Guidelines, American Society for Testing Materials (ASTM), and the Americans with Disabilities Act Accessibility Guidelines (ADAAG) for playground equipment, outdoor play environment equipment installation, and monolithic (poured in place) resilient rubber surfacing, for children (infant to 18 years of age). The playground equipment to be used throughout the duration of the proposed contract shall meet these minimum requirements: (1) All parts/pieces shall be Consumer Product Safety Commission (CPSC) compliant; (2) All parts/pieces shall be Americans with Disabilities Act Accessibility Guidelines (ADAAG) compliant, including equipment for children with special needs; (3) Multi-range for ages from infant to 18 years; (4) Material shall be of non-toxic material and weather resistant; (5) The primary structural members shall contain no exposed wood surfaces or metal parts; and (6) The playground equipment shall have proper bracing and support for both soft and hard surfaces, all edges and corners will be rounded with no protrusions, and have no sharp points or elements to prevent entanglement of clothing. Additionally, due to the nature of the work and U.S. Army regulations, all equipment used under the proposed contract shall require safety certification for each task order provided by an authorized professional that is a Certified Playground Safety Inspector (CPSI). The Certified Playground Safety Inspector (CPSI) program is offered by the National Certification Board in coordination with the National Park and Recreation Association and the National Playground Safety Institute. A professional must successfully pass the CPSI examination in order to receive a three (3) year certification. For more information, please visit the following website: http://www.nrpa.org/Content.aspx?id=413. Additional Links and Information: http://www.ipema.com/default.aspx http://www.astm.org/Standard/index.shtml http://www.cpsc.gov/cpscpub/pubs/playpubs.html http://www.access-board.gov/adaag/html/adaag.htm The geographical area covered by the resultant contract includes all U.S. forces facilities and customers within the area of responsibility of the U.S. Army Installation Management Command (IMCOM) and the U.S. European Command (EUCOM). The preponderance of the work shall be in Germany, with no more than 15% of the contract work expected to be performed outside of Germany. The project will be advertised as an RFP and will result in one (1) IDIQ contract using firm-fixed price task orders which will identify the scope of work, and location. The maximum overall cumulative value of this contract will be $25,000,000.00 over the 5-year term of the contract. The contract will consist of one (1) base year period and four (4) renewable one-year options, for a total maximum performance period of five (5) years. 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 shall be $5,000.00 and the maximum shall not exceed $5,000,000.00. The minimum guarantee shall be $15,000.00. This amount shall cover the duration of the entire contract (Base year and Option Periods). The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offerors 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. The solicitation will be issued on or about 21 April 2011 on FedBizOpps. The solicitation will be issued free of charge and available electronically through FedBizOpps. All qualified and responsible offerors may submit a proposal and will be considered for award. Note that Defense Federal Acquisition Regulation Supplement (DFARS) 252.222-7002, Compliance with Local Labor Laws (Overseas), applies to these projects. Additionally, offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Point of Contacts for this solicitation will be as follows: Primary POC: Contract Specialist, Mr. Michael Pearson Email address: michael.d.pearson@usace.army.mil Telephone No.: +49 (0) 611 9744-2834 POC: Contracting Officer, Ms. Marilyn Jackson Email address: marilyn.jackson@usace.army.mil Telephone No.: +49 (0) 611 9744-2260 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-11-R-0011/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02413431-W 20110401/110330235013-52d6e03cdcfbe34037be149e0251a84b (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.