MODIFICATION
Y -- PRE-SOLICITATION ANNOUNCEMENT
- Notice Date
- 3/20/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-14-R-0020
- Response Due
- 3/26/2014
- Archive Date
- 5/19/2014
- Point of Contact
- Sarah Downs, 0611-9744-2624
- E-Mail Address
-
USACE District, Europe
(sarah.downs@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- MODIFICATION 0004 to PRE-SOLICITATION ANNOUNCEMENT W912GB-14-R-0020 FY2014 AFRICOM HA TOGO The purpose of this modification is to extend the submission for security screening requirements due date to Wednesday, 26 March 2014 @ 1300 hours Central European Time (CET). Also update the anticipated solicitation and release date and award date as follows: ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation during the week of 07 April 2014 and awarding the contract on or about July 2014 or August 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. ************************************************************************************ MODIFICATION 0003 to PRE-SOLICITATION ANNOUNCEMENT The purpose of this modification is to provide Government response to questions submitted. W912GB-14-R-0020 FY2014 AFRICOM HA TOGO Questions and Answers 1.Question: With reference to your Presolicitation No. W912GB-14-R-0020 before sending you all the requested details about our company so as to participate to your bidding process we would like to ask you the following: As concerns the new buildings, are you looking for structures built of masonry or can they be prefabricated steel buildings? Answer: The construction shall not be a prefabricated metal buildings with aluminum side panels. This is a design build contract where metal frames, roof with concrete masonry infill walls, concrete masonry building or other materials can be used. ************************************************************************************ MODIFICATION 0002 TO PRE-SOLICITATION ANNOUNCEMENT W912GB-14-R-0020 FY2014 AFRICOM HA TOGO REQUESTED INFORMATION: This is a Pre-solicitation notice and a request for company information of interested Offerors. No proposals are being requested or accepted with this pre-solicitation notice; however submittal of complete company information, as detailed in this announcement, is being requested for vetting all offerors and personnel attending industry days, pre-proposal conferences, and site visits. Contractors are requested to provide the information detailed below. Based upon submissions the Government may not provide invitations to the pre-proposal conference to all contractors. DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Europe District intends to issue a Request for Proposal (RFP) W912GB-14-R-0020 for the design-build construction project consists of design, construction, demolition, and renovation of a maternity ward and kindergarten school for deaf children in Lome, Togo, Africa. The first project consists of one (1) new two-story buildings to be used as a maternity ward and clinic, demolition of an existing facility, and renovation of an existing clinic. The second project consist of a classrooms for kindergarten school for deaf children, demolition of an existing structure, construction of a new sanitary building with showers latrines and sinks, a new sanitary and storm water system, and a rainwater harvesting system. The project consists of delivery of fully functional facilities as described in this document. TYPE OF CONTRACT AND NAICS: This Solicitation will result in one (1) Firm-Fixed-Price (FFP) contract award. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under Full and Open Competition. SELECTION PROCESS: The Government intends to utilize a two-phase source selection process to evaluate contractors for award in accordance with FAR 36.3 -- Two-Phase Design-Build Selection Procedures. Those Contractors who are considered most qualified during Phase I (Not to exceed five contractors) will be requested to submit proposals for Phase 2 portion of the solicitation. This project will use the Best-Value Trade-Off Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15. The winning bidder will be responsible for providing design and completion of the renovation work as detailed in the contract documents. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000 accordance with FARS 36.204. CONTRACT PERFORMANCE: Contract duration shall be 365 calendar days from the issuance of the notice to proceed (NTP). SITE VISIT: U.S. Army Corps of Engineers (USACE) will be conducting a pre-proposal conference and site visit to provide detailed information concerning the requirements for contractors interested in submitting bids. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 27 March 2014 and awarding the contract on or about July 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of this solicitation, plans, and specifications will not be provided. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. SUBMISSIONS FOR SECURITY SCREENING: Offers shall complete and return the SF 328 (website link below): SF 328: http://www.dss.mil/documents/foci/sf328.pdf Instructions: http://www.dss.mil/documents/foci/sf328_instructions.pdf The following part of the submission shall not exceed 3 pages; single sided, on Company letterhead. Additional company information shall be provided in letter format to include: a. Company Name and DBA, if applicable b. CAGE number, DUNS number, and company TIN c. ORCA registration confirmation d. Primary and Alternate Point of Contact e. Website information f. Company's ownership (for example: 100% US owned, etc) - g. Company organization Structure showing Clearance Levels for those personnel identified - ** h. Identify any parent, subsidiary, or joint venture relationships Offerors shall respond to each item on the list above, if an item is not applicable please note in the submission. Interested Offerors shall respond to this Pre-solicitation notice no later than 1500 hrs Central European Time (CET) 20 March 2014. All interested contractors must be registered in SAM to be eligible for award of Government contracts. FAX or email responses to: Ms. Sarah Downs, Contract Specialist Email Address: sarah.downs@usace.army.mil, and Ms. Wendy Fields, Contracting Officer, CENAU-CT, Europe District, Email address: wendy.d.fields@usace.army.mil. Fax number is (49) 611-9744-2618. Email is the preferred method when receiving responses to this notice. Telephone calls will not be accepted. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. 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. *********************************************************************************** MODIFICATION 0001 to Pre-Solicitation Notice: The purpose of this modification is to provide Government response to questions submitted. W912GB-14-R-0020 FY2014 AFRICOM HA TOGO Questions and Answers 1.Question: I have a question about the Presolicitation posted under solicitation number W912GB14R0020. Is this a follow-on requirement? If so, could you please provide the incumbent contract number for this opportunity? If not, is this a new requirement? Answer: No, this procurement is not a follow-on requirement. 2.Question: I saw that the Construction Magnitude is listed between $250 - 500K. Is this value correct? I would assume that it would be larger based on the scope of work described. Answer: Yes, this amount is correct, as stated in the solicitation, quote mark CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000 accordance with FARS 36.204. quote mark 3.Question: We are interested in bidding on W912GB-14-R-0020, the Maternity Ward & Kindergarten School in Lome, Togo. The presolicitation notice mentions the anticipated solicitation release date is the first week of March, with the pre-proposal conference tentatively scheduled for the third week of March. Is there a mailing list associated with this presolicitation, which I could be added to in order to stay informed of any changes to these tentative dates? We'd like to be able to plan well enough in advance to attend the pre-proposal conference. Thank you in advance for any additional information you can provide about this upcoming solicitation. Answer: No, there is not a mailing list. Offerors are encouraged to check the FBO website where the pre-solicitation notice was posted. ******************************************************************************* PRE-SOLICITATION ANNOUNCEMENT PROJECT NAME: FY14 AFRICOM HA Togo DESCRIPTION: The U.S. Army Corps of Engineers (USACE) Europe District intends to issue a Request for Proposal (RFP) W912GB-14-R-0020 for the design-build construction project consists of design, construction, demolition, and renovation of a maternity ward and kindergarten school for deaf children in Lome, Togo, Africa. The first project consists of one (1) new two-story buildings to be used as a maternity ward and clinic, demolition of an existing facility, and renovation of an existing clinic. The second project consist of a new four (4) classroom kindergarten school for deaf children, demolition of an existing structure, construction of a new sanitary building with showers latrines and sinks, a new sanitary and storm water system, and a rainwater harvesting system. The project consists of delivery of fully functional facilities as described in this document. TYPE OF CONTRACT AND NAICS: This Solicitation will result in one (1) Firm-Fixed-Price (FFP) contract award. The North American Industrial Classification System Code (NAICS) for this effort is 236220 - Commercial and Institutional Building Construction. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under Full and Open Competition. SELECTION PROCESS: The Government intends to utilize a two-phase source selection process to evaluate contractors for award in accordance with FAR 36.3 -- Two-Phase Design-Build Selection Procedures. Those Contractors who are considered most qualified during Phase I (Not to exceed five contractors) will be requested to submit proposals for Phase 2 portion of the solicitation. This project will use the Best-Value Trade-Off Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15. The winning bidder will be responsible for providing design and completion of the renovation work as detailed in the contract documents. DISCUSSIONS: The Government intends to award without discussions, but reserves the right to conduct discussion should it be deemed in the Government's best interest. CONSTRUCTION MAGNITUDE: The magnitude of this construction project is anticipated to be between $250,000 and $500,000 accordance with FARS 36.204. CONTRACT PERFORMANCE: Contract duration shall be 365 calendar days from the issuance of the notice to proceed (NTP). SITE VISIT: U.S. Army Corps of Engineers (USACE) will be conducting a pre-proposal conference and site visit to provide detailed information concerning the requirements for contractors interested in submitting bids. Contractors interested in receiving information concerning the current project, please contact the following individual to obtain a copy of the solicitation. The pre-proposal conference will be held on or about the third week of March 2014 in Lome, Togo. Confirmed dates and times will be identified in the solicitation ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about the first week of March 2014 and awarding the contract on or about May or June 2014. Actual dates and times will be identified in the solicitation. Responses to this synopsis are not required. Additional details can be found in the solicitation when it is posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found at Federal Business Opportunities website, http://www.fbo.gov. Paper copies of this solicitation, plans, and specifications will not be provided. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the Offeror's responsibility to check the website periodically for any amendments to the solicitation. It is the offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. REGISTRATIONS: Offerors must have and must maintain an active registration in the following databases: System for Award Management (SAM): Offerors must have and must maintain an active registration in the SAM database at www.sam.gov to be eligible for a Government contract award. If the Offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. If at the time of award an Offeror is not actively and successfully registered in the SAM data base, the Government reserves the right to award to the next prospective Offeror. POINT-OF-CONTACT: The point-of-contact for this procurement is Contract Specialist, Sarah Downs, at sarah.downs@usace.army.mil. Telephone calls will not be accepted. 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-14-R-0020/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7, APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN03316581-W 20140322/140320235632-40e3d8c2d7a9f1a366ece9411111879d (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 |