Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2014 FBO #4759
MODIFICATION

Y -- FY15 Turkey Multiple Award Task Order Contract (MATOC)

Notice Date
12/3/2014
 
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-15-R-0008
 
Response Due
1/16/2015
 
Archive Date
2/15/2015
 
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 / Amendment 0001 to Pre-Solicitation: The purpose of this modification is to answer requests for information. 1. Question: We would like to verify if this MATOC will be Full & Open. Answer: Yes, this Turkey MATOC will be solicited utilizing is full & open competition. 2. Question: Please advise if there will be any preferences for U.S. Firms. Answer: No, this solicitation does not have preference for U.S. Firms. NOTE: No more questions will be answered after Thursday, 11 December 2014 @ 1500 hours Central European Time (CET). It is up to the discretion of the Contracting Officer to answer questions after this date. ********************************************************************************* This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers Europe District (USACE EUD) intent to award two (2) or more Firm-Fixed-Priced (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the purpose of providing real property repair and maintenance, design build, environmental work, force protection work, and construction services in the areas for U.S. Forces and/or Facilities throughout Turkey. The 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 some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. The Government will evaluate and select, for contract award, two (2) or more qualified Offeror(s), whose Proposal(s) are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Task Orders will primarily address new construction, design-build, general building renovation, road and pavement repair, utility work to include water, sewer, electrical and gas and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Project work may also include Force Protection type projects and Design Build projects for various construction type projects. Two (2) or more contract awards under this solicitation are anticipated, servicing the U.S. Forces and/or Facilities throughout Turkey. This solicitation will cover the geographical area of Turkey, which includes all U. S. Government Facilities throughout Turkey. In accordance with FAR 36.3, Two-Phase Design-Build Selection Procedures, a two-phase source selection process will be used to evaluate the contractors for award. Those contractors who are considered most qualified during Phase I (not to exceed five (5) contractors) will be requested to submit the proposal requirements for Phase II. Specific evaluation criteria will be provided in the solicitation documents. This solicitation will be used to award two (2) or more MATOC contracts to support the EUD District through the issuance of Task Orders for various projects. Estimated cost range of this project is not-to-exceed US$49,999,995 (estimated to be US$9,999,999 per year) for the life of the contract, which will consist of one (1) base year period and four (4) option year periods. The Contract will end upon completion of the five (5) one (1) year periods or upon attainment of the US$49,999,995 capacity. Individual projects issued under the MATOCs will contain their own estimated values. 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 is anticipated to be $50,000.00 and the maximum is anticipated not to exceed $5,000,000.00. The minimum guarantee shall be $5,000.00. This amount shall cover the duration of the entire contract (Base Period 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 Offeror's 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 prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. The solicitation will be issued on or about 15 December 2014. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, and specifications will not be provided. It is the Offeror's sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. Offerors must be registered in System for Award Management (SAM) formerly known as the Central Contractor Registration (CCR) in order to be eligible to receive an award from this solicitation. Visit the website https://www.sam.gov for more information. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. If submitting as a joint venture, the joint venture entity must be registered in SAM in order to be eligible to receive an award from this solicitation. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors of any nationality providing they submit commitment letters from those subcontractors. The contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the contracting officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Points of Contact for this solicitation will be as follows: Contract Specialist, Ms. Sarah Downs (Primary POC) Email address: sarah.downs@usace.army.mil Telephone No: +49(0)611 9744-2624. Contracting Officer, Ms. Rachael Raposa Email address: rachael.raposa@usace.army.mil Telephone No: +49(0)611 9744-2600. 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-15-R-0008/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03586560-W 20141205/141203234947-4be246f4ef576f544e05b22313cab81f (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.