Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

Y -- FY19 Israel MATOC (FCL)

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
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-18-R-0015
 
Point of Contact
Susan K. Dunnagan, Phone: +(49)(0) 611-9744-2078, Erica J Taylor, Phone: +(49)(0) 611-9744-2106
 
E-Mail Address
susan.k.dunnagan@usace.army.mil, Erica.J.Taylor@usace.army.mil
(susan.k.dunnagan@usace.army.mil, Erica.J.Taylor@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** W912GB-18-R-0015 Sources Sought Announcement for Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) for Design Build, Design -Bid-Build Construction Contracts in Israel for USACE Europe District FOREIGN MILITARY SALES (FMS) PROGRAM ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Israel 4. ANTICIPATED PROJECT TITLE: FY19 Israel MATOC (FCL) 5. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) Construction contract to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Performance Period: The contracts will include a base period of one (1) year and four (4) 1-year option periods, for a total contract performance period NTE five (5) years. Estimated Value of the Contract: The estimated contract value is not to exceed $49.95 million. The following are the anticipated task order limitations for comparable work reasons. The Government reserves the right to change anticipated task order limits: • The Task Order range is a minimum task order value of $50,000 to $15 million • The solicitations will include On-Ramp and Off-Ramp terms and conditions. 5. PROJECT DESCRIPTION: The purpose of the MATOC is to provide repair, maintenance and construction services for Israeli Ministry of Defense facilities in Israel. Facility Clearance (FCL) Requirement: In order to participate in the solicitation process for this procurement offerors must possess an FCL clearance. Interested parties already possessing the necessary FCL, issued in accordance with the National Industrial Security Program Operating Manual (NISPOM), DoD 5220.22-M, must submit their appropriate Commercial and Government Entity (CAGE) code, facility clearance and safeguarding level with the required pre-qualification documentation. USACE is unable to sponsor offerors who do not possess a FCL. Foreign Military Sales: The majority of work will be administered under Foreign Military Sales (FMS), and United States procurement laws and regulations will apply. The contract will be awarded and paid in U.S. dollars. This procurement will be restricted to United States construction firms only, in accordance with 41 U.S.C 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in the anticipated solicitation must be U.S. firms. Any joint-venture shall require each joint-venture participant to be a U.S. firm. Solicitation: The intended solicitation will consist of a two-phase design-build selection procedures in accordance with FAR 36.3 Two Phase Design Build Selection Procedures. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 7. RESPONSES: The Capabilities Statement for this sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. 8. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 7 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 7 page limitation): Capability Statements should include: • Firm's Name, address(es), English speaking point of contact, phone number and e-mail address • Firm's interest in proposing on the solicitations when they are issued • Firm's Cage Code and DUNS number, facility clearance and safeguarding level • Firm's capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously. Offerors shall provide at least three (3) examples and include: - Firm's capability to execute comparable work performed within the past 5 years - Brief description of the project - Customer name - Timeliness of performance - Customer satisfaction - Dollar value of the project • Include Cage Code or System for Award Management (SAM) information/registration, if available • Firm's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 9. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the solicitations in March 2018 and award of the contract(s) in December 2018. 10. RESPONSES DUE: All interested contractors should submit responses via email by 15:00 hours Central European Time on 15 February 2018. Submit responses and information to erica.j.taylor@usace.aramy.mil and susan.k.dunnagan@usace.army.mil. No hard copies will be accepted. 11. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contracting Officers Erica Taylor at erica.j.taylor@usace.army.mil and Contract Specialist Susan Dunnagan at susan.k.dunnagan@usace.army.mil. *****This announcement seeks information from industry which will be used for preliminary planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME.******
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-18-R-0015/listing.html)
 
Place of Performance
Address: USACE Europe District, CMR 410, Box 7, APO, AE, 09049, United States
Zip Code: 09049
 
Record
SN04808165-W 20180203/180201232340-ee740cd73c57339f5c4869ebb2bf2c22 (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.