SOLICITATION NOTICE
Z -- FY17 Total Maintenance Contract for DoDEA-Europe, Italy Schools
- Notice Date
- 2/24/2017
- Notice Type
- Presolicitation
- NAICS
- 561210
— Facilities Support Services
- 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-0035
- Point of Contact
- Dean P Deford,
- E-Mail Address
-
dean.p.deford@usace.army.mil
(dean.p.deford@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- PRESOLICITATION NOTICE for W912GB-17-R-0035: Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Total Maintenance Contract (TMC) at various Department of Defense Education Activity-Europe (DoDEA) Schools in Italy 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2017 (FY17) Italy SATOC 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 561210, Facilities Support Services 4. CONTRACT SPECIALIST: Dean DeFord, dean.p.deford@usace.army.mil 5. PLACE OF PERFORMANCE: Italy 6. SOLICITATION NUMBER: W912GB-17-R-0035 7. DESCRIPTION: USACE Europe District intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ SATOC. The purpose of this acquisition is to provide a contract vehicle through which task orders would be issued for services for facility inspection, preventative maintenance, facility maintenance, facility repair, and minor construction. The performance requirements will also include Emergency Work orders that shall be initiated immediately during duty hours and Urgent Work Orders that shall be initiated within two (2) hours during duty hours. 8. TYPE OF CONTRACT: This solicitation will be for award of one FFP IDIQ SATOC. Use of the SATOC will provide the Government with a services product delivery method for DoDEA Schools in Italy that can help minimize 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 will be a competitive negotiation using Best-Value Trade-off source selection policies and procedures in accordance with FAR Subpart 15.3 Sources Selection, resulting in a FFP contract award. The award will be made considering price and the following non-price factors; Experience, Past Performance and Management Approach. 11. CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a base period of three (3) years and two (2) option periods of one year each. The contemplated contract capacity will not exceed $6,000,000.00 for the base and all option years. 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: The solicitation will provide further information on the Site Visit/Pre-Proposal Conference. 13. 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. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 13 March 2017. Additional details can be found in the solicitation when it is posted. 15. 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 $5,000.00 and the maximum task order value will be $350,000. Potential offerors are encouraged to submit their company name, mailing address and telephone, and e-mail address of an English speaking contact no later than Monday, 13 March 2017 to Contract Specialist Dean DeFord at dean.p.deford@usace.army.mil and Contracting Officer Jeffrey Harrington at jeffrey.j.harrington@usace.army.mil. All USACE, Europe District solicitations are posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov/ and begin with W912GB. 16. 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, Dean DeFord at dean.p.deford@usace.army.mil and Jeffrey Holt at jeffrey.j.harrington@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-R-0035/listing.html)
- Record
- SN04414510-W 20170226/170224234909-b8e25c97ede155cfad4fdb1883941e2b (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 |