Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SOLICITATION NOTICE

Z -- Design Completion, Repair, and Restoration of Building 4, Del Din, Vicenza, Italy.

Notice Date
3/23/2015
 
Notice Type
Presolicitation
 
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-0025
 
Response Due
4/30/2015
 
Archive Date
5/30/2015
 
Point of Contact
Ian McClary, 611-9744-2126
 
E-Mail Address
USACE District, Europe
(ian.r.mcclary@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice Building 4, Del Din, Vicenza, Italy Description: This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District (USACE EUD) intent to award one (1) Firm-Fixed-Priced (FFP) design build contract for design completion and repair and restoration of Building 4, Del Din, Vicenza, Italy. This project is design-build in nature; the contractor is responsible for verifying the requirements of the specifications and drawings provided by the Corps of Engineers. 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. Building 4 is classified as a quote mark Historical Building quote mark and consists of a five story structure with a volume of approximately 16,300 m3. It has a below ground floor, an elevated ground floor and 4 additional floors. This building shall be devoted to Command & Control Facilities for command and general purpose administration including secure communications and command operations. Tentative Schedule: All dates are tentative and subject to change with no obligation to the Offeror by the government. Phase I Request for Proposal: 8 MAY 2015 Phase I Proposal Due Date: 8 JUN 2015 Phase II Request for Proposal: 15 JUL 2015 Phase II Proposal Due Date15 AUG 2015 Award:28 SEP 2015 Period of Performance: Five hundred (540) calendar days from issue of a separate Notice to Proceed. Magnitude: Per FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range is more than $10,000,000. Basis for Award: The Government intends to award a lump-sum contract to the Offeror who provides the lowest price technically acceptable proposal. Evaluation of proposals will consist of a combination of price and non-cost/price factors. Availability of Funds: Per FAR 52.232-18, Availability of Funds (Apr 1984), award is subject to the availability of funds. Funds are expected to become available by 1 May 2015. Publication of Solicitation Documents: 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 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. 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. Utilization of Subcontractors: 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. Site Visit: A pre-proposal site visit will be planned on a date to be determined. Pre-Qualification: All interested firms are requested to demonstrate compliance with the qualification requirements as stated below in this document. Firms shall submit material as stated below that demonstrates that they meet the qualification requirements, not later than 1500 hours Central European Time (CET) on 30 April 2015. A firm's physical address for express mail delivery, telephone number, facsimile number, email address and an English speaking point of contact MUST be provided. Firms whose submissions are received later than the time and date stated above, or firms that submit incomplete information, may not be considered. Offerors may email, fax, hand deliver, or mail the requirements of this pre-solicitation notice referencing Solicitation Number W912GB-15-R-0025 to the following address. Offerors must provide one (1) hard copy of all original Italy pre-qualifications in response to the solicitation or your firm will not be considered. Only those Offerors who meet the requirements of the prequalification phase are allowed to enter into the solicitation phase. Ms. Sarah Downs, Contract Specialist U.S. Army Corps of Engineers, Europe District Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany Email address: sarah.downs@usace.army.mil Telephone: +49(0)611 9744-2624 Fax: +49(0)611 816-2618 All interested firms are required to submit the following documentation to assist in the determination of their status as a qualified contractor: 1.A description of the teaming arrangement, as applicable, demonstrating how the potential Offeror and their proposed team meet the qualification requirements. List all firms, to include sub-contractors, that contribute toward satisfying the stated Societa Organismi D'Attestazione (S.O.A.) requirements and how the firm(s) contribute to the satisfaction of the requirement. 2.A copy of all S.O.A. certifications required for this solicitation. Offerors shall be qualified in accordance with D.P.R.34 of 25 January 2000, Regulations for the Qualification of Construction Firms in Italy, in accordance with Legislative Decree 12 April 2006 u. 163, the De Lise Code and any subsequent amendments for: Prevailing Category: a)OG 1 Civil and Industrial Buildings Class VI 10,329,138.00 Minor Categories: N/A 3.Firms must comply with Article 38 of the De Lise Code by self-certifying the attainment of Article 38; forward the Documento Unico di Regolarit Contributiva pursuant to Article 2 of the Legislative Decree numbered 210/2002 4.The documentation required by Article 75 of D.P.R. 554/99 as replaced by Article 2 of D.P.R. 412/00. Note that self certification is sufficient for paragraph 1 of the law, of Article 75. Compliance with the subparagraphs (b) and (c) of paragraph 1 of Article 75 shall be demonstrated by forwarding an unexpired original or certified copy of the quote mark Certificato Casellar Giudiziale quote mark or quote mark Certificato dei Carichi Pendenti. quote mark 5.All potential Offerors who are a Joint Venture shall demonstrate in a narrative how the joint venture team meets the S.O.A. certification requirement of paragraph (2). The narrative must include a description of the responsibilities in terms of the work category(ies) for each partner. For example, firm A will be performing 70% of the OG 1work; firm B will perform 30% of the OG 1 work. 6.Offerors shall with their proposal, furnish all documentation complying with the following clauses. Failure to submit any document or submitting a non-conforming document may result in rejection of the proposal in its entirety. 52.000-4090 - Qualification of Firms Pursuant to Italian Decree DPR 00/34 52.000-4091 - Compliance with Italian Decree DPR 554/99 amended by Art 2 of DPR 412/00 52.225-4002 - Anti Mafia Law Notice to joint ventures: A provision entitled quote mark Joint Venture Agreements quote mark will be included in the future solicitation for this project. It states that the Joint Venture Offerors shall, with their proposal (not now) furnish an Italian notarized legal document ( quote mark Mandato quote mark ) that establishes the Joint Venture. The language of this provision is included below for information: Joint Venture Offerors shall, with their proposal furnish an Italian notarized legal document ( quote mark Mandato quote mark ) that establishes the Joint Venture. The Joint Venture Agreement shall take effect upon the submission of the proposal and remain irrevocable until one year (1) year after the work has been finally inspected and accepted by the Government. The Joint Venture Agreement shall include, at a minimum, the following: a.Name of firms that form the Joint Venture and the name of the Joint Venture; b.Name and title of the corporate officials signing in behalf of each party; c.Contract number; d.Description of the responsibilities in terms of work category for each partner (for example - Firm A performing 70% of OG 1) that sufficiently demonstrates how the joint venture meets the SOA certification requirements of this solicitation; e.The statement quote mark The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government quote mark ; and f.Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. g.Relationship of the JV in terms of ownership, capital contribution, profit distribution/loss sharing; bonding responsibilities; party having overall control, etc. h.The JV agreement must show that joint venture members are jointly and severally liable for any obligations under the contract. If the Joint Venture is not organized according to Art 95 of Law 554, 21 December 1999, the U.S. Government reserves the right to review the actual Joint Venture agreement to determine its basis and compliance with applicable laws. The JV agreement presented to the Government must constitute the entire agreement between the parties concerning execution of this contract. Any side agreements, silent consortiums or other memoranda not presented to the Government with the proposal will have no validity in the execution of this contract and shall not constitute a defense against performance of contract requirements by JV partners. 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. NOTE: No more questions will be answered after Wednesday, 15 April 2015 @ 1500 hours Central European Time (CET). It is up to the discretion of the Contracting Officer to answer questions after this date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-R-0025/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03676734-W 20150325/150324000347-543d7264c990c181437b8ef0f7b084dc (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.