Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2013 FBO #4075
SOURCES SOUGHT

Y -- KUWAIT JOB ORDER CONTRACT (JOC)

Notice Date
1/18/2013
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER-13-R-0025
 
Response Due
2/2/2013
 
Archive Date
3/19/2013
 
Point of Contact
Thuy, 540-665-2657
 
E-Mail Address
USACE Middle East District
(phuong-thuy.t.le@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
KUWAIT JOB ORDER CONTRACT (JOC): The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division (TAD), Middle East District (TAM), is evaluating the ability of businesses to perform a scope of work for miscellaneous minor construction; renovation/rehabilitation; and maintenance and repair at various sites throughout Kuwait. This will be a firm-fixed price (FFP), indefinite-delivery/indefinite-quantity (ID/IQ), Job Order Contract (JOC) awarded on the basis of full and open competition. This contract type includes a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications; units of measure; and pre-established unit prices for each discrete task. Each task order under a JOC comprises of pre-described and pre-priced tasks listed in the Kuwait JOC Unit Price Book (UPB). Provided by the Government, a Unit Price Book is a compilation of repair, maintenance, and minor construction tasks; associated units of measure; and unit prices. JOC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in the contractor's coefficient(s). Coefficients are adjustment factors proposed by the contractor to adjust the unit prices stated in the UPB and consists of the contractor's operating costs. Coefficients are multiplied to unit prices in the UPB to determine the price of a task order. SET ASIDES and CODES: As the work will be performed outside of the continental United States, no set asides or socioeconomic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under code 236220 (Commercial and Institutional Building Construction). The Small Business Standard Code (SIC) is 1542 ($33.5M). The Federal Supply Class (FSC) is Y1JZ (Miscellaneous Buildings - Construction of Facilities). CONTRACTING PROCEDURES: Contract award will be based upon a best value trade off analysis of all proposals received. The evaluation criteria will be conveyed within the Request for Proposal (RFP). One or more of the items in the project scope may appear in the solicitation as an option item. The contract will be awarded on a firm-fixed price basis only. Since the contract will be funded by a military construction appropriation the RFP will contain DFARS provision 252.236-7010, Overseas Military Construction-Preference for United States Firms. This provision states, in part, that military construction contracts funded by a military construction appropriation estimated to exceed $1,000,000 and performed in countries bordering the Arabian Gulf shall be awarded only to U.S. firms, unless, the lowest responsive and responsible offer of a U.S. firm exceeds the lowest responsive and responsible offer of a foreign firm by more than twenty percent. Offers from firms that do not qualify as United States firms will be evaluated by adding twenty percent to the offer. Definition of quote mark United States Firm quote mark per DFARS provision 252.236-7010: To be considered a U.S. firm, the firm must be incorporated and have its corporate headquarters in the U.S.; have filed corporate and employment tax returns in the U.S. for a minimum of two (2) years (if required) and have filed State and Federal income tax returns (if required) for 2 years; have paid any applicable taxes determined to be due as a result of such filings; and employ U.S. citizens in key management positions. The contract dollar range is estimated between $25,000,000.00 and $100,000,000 with an anticipated period of performance of five years consisting of one base year and four option years. ADDITIONAL REQUIREMENTS: Performance and payment bonds are required and must be sufficient to cover the stated estimated annual maximum contract value. Firms must be licensed to conduct business in Kuwait. RESPONSE REQUIREMENTS: For Bidders List registration and to receive email alerts, log onto the following website http://www.aed.usace.army.mil/contracting.asp. Click on the Sources Sought tab; click the Capabilities Statement quote mark Complete quote mark button of the solicitation of interest; fill in the requested information; then click on quote mark Register quote mark. This will automatically place you on the Bidders List for the subject solicitation. Once you have submitted your capabilities statement, return to the Home page and click on quote mark Sign Up for Email Alerts quote mark. This function allows you to receive an automatic email alert when new solicitation actions occur. Capabilities statements must be received prior to the release of the solicitation due to the fact that solicitation documents are only available through Safe Access File Exchange (SAFE). At the time of solicitation release, those who have submitted a capabilities statement will receive an email notification with a link and password to retrieve the solicitation documents. It is anticipated that a pre-solicitation notice will be published in the Federal Business Opportunities (FBO) website in the upcoming months. This sources sought announcement is for market research purposes only and is not a request for proposal (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Ms. Thuy Le, Contract Specialist at 540-665-2657 (Phuong-Thuy.T.Le@usace.army.mil), and Pamela Gillum, Acquisition Management Specialist at 540-665-3609 (Pamela.D.Gillum@usace.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-13-R-0025/listing.html)
 
Place of Performance
Address: USACE Middle East District P.O. Box 2250, Winchester VA
Zip Code: 22604-1450
 
Record
SN02968674-W 20130120/130118234245-67e4326d0362e8e29b5993f59da221cb (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.