SOLICITATION NOTICE
J -- Fiscal Year 2017 (FY17) Playgrounds Single Award Task Order Contract (SATOC)
- Notice Date
- 11/2/2016
- Notice Type
- Presolicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
- ZIP Code
- 00000
- Solicitation Number
- W912GB-17-R-0009
- Archive Date
- 12/1/2016
- Point of Contact
- Robert E. Corkrum, Phone: 4961197442235
- E-Mail Address
-
robert.e.corkrum@usace.army.mil
(robert.e.corkrum@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITATION NOTICE for W912GB-17-R-0009: Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Playgrounds 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2017 (FY17) Playgrounds Single Award Task Order Contract (SATOC) 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 238990, All other Specialty Trade Contractors 4. CONTRACT SPECIALIST: Robert Corkrum, robert.e.corkrum@usace.army.mil 5. PLACE OF PERFORMANCE: Germany, Belgium, Spain, Italy, Netherlands, and Turkey 6. SOLICITATION NUMBER: W912GB-17-R-0009 7. DESCRIPTION: USACE Europe District intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ SATOC The purpose of this Europe District (NAU) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC) is to provide playground equipment and installation, to include minor con238990struction considered incidental to the equipment installation, perform triannual preventive maintenance and inspection services, conduct annual safety audits, and perform on-call repair. Use of the SATOC will provide the Government with a Playground 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. The geographical area covered by resultant contract includes all U. S. Forces Facilities and customers within the geographical jurisdictions of EUCOM in Europe. Work is primarily to be performed in the countries of Germany, Belgium, Italy, Turkey, Spain, and the Netherlands. DODEA-Europe Playgrounds are located at DoDEA-E schools within the boundaries of US and NATO military facilities located in the following countries: Germany, Belgium, Spain, Italy, Netherlands, and Turkey. 8. TYPE OF CONTRACT: This solicitation will be for the award of one (1) contract on this FFP IDIQ SATOC. Use of the SATOC will provide the Government with a Playground product delivery method that can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the tradeoff process, resulting in a FFP contract award to one offeror who demonstrate the best value to the Government, considering all non-price (technical) and price factors. 11. CONTRACT MAGNITUDE: The term of the resultant contracts will be limited to a base period of three years and two option periods of one year each. The contemplated contracts' shared capacity will not exceed $30,000,000.00 for the base and all option years. 12. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 13. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 15 November 2016. The Government intends to have proposals due 16 December 2016. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 14. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. MINIMUM GUARANTEE: A single minimum guarantee amount of $5,000.00 will cover the base period and any option period(s). TASK ORDER LIMITATIONS: The minimum task order value will be $1,000.00 and the maximum task order value will be $6,000,000.00. On a case by case basis the Contracting Officer has the authority to issue task orders that may exceed the maximum task order limit. Potential offerors are encouraged, but not required to submit their company name, mailing address and telephone, and e-mail address of an English speaking contact no later than Monday 14 November 2016 to Contract Specialist Robert Corkrum at robert.e.corkrum@usace.army.mil and Contracting Officer Jeffrey Holt at jeffrey.holt@usace.army.mil. You will be informed when and where you may obtain a copy of the solicitation documents as well as details on any potential site visit. 15. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Robert Corkrum at robert.e.corkrum@usace.army.mil and Contracting Officer Jeffrey Holt at jeffrey.holt@usace.army.mil. Telephone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-R-0009/listing.html)
- Record
- SN04319116-W 20161104/161102234918-016f63a638cf0cd549ac28d9751af0c4 (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 |