Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

J -- Recurring Maintenance and Minor Repair Services - System for Award Management

Notice Date
11/7/2018
 
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
W912GB19R0009
 
Point of Contact
Ryan Gregory,
 
E-Mail Address
ryan.k.gregory@usace.army.mil
(ryan.k.gregory@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Template 3 SAM Entity Administrator Letter International Template 2 (SAM Entity Administrator Letter Multiple Domestic Entities Template 1 (SAM Entity Administrator Letter Single Entity SAM Header PRE-SOLICITATION NOTICE for W912GB19R0009: Recurring Maintenance and Minor Repair Services Royal Air Force (RAF) Fairford, RAF Lakenheath, RAF Mildenhall 1. ANTICIPATED PROJECT TITLE: Fuel Systems Recurring Maintenance and Minor Repair (RMMR) Services 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 238990, All Other Specialty Trade Contractors 4. CONTRACT SPECIALIST: Ryan Gregory, ryan.k.gregory@usace.army.mil 5. PLACE OF PERFORMANCE: Royal Air Force (RAF) Fairford, RAF Lakenheath, RAF Mildenhall, United Kingdom (UK) 6. SOLICITATION NUMBER: W912GB19R0009 7. Synopsis: This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District's intent to award a hybrid Firm-Fixed-Priced (FFP) Cost Plus Fixed FEE (CPFF) contract to provide fuel systems minor services in support of the Defense Logistics Agency - Energy (DLA-E) requirements for the Royal Air Force (RAF) Fairford, RAF Lakenheath, and RAF Mildenhall in the United Kingdom (UK). This project consists of labor, supervision, transportation, supplies, vehicles, tools, materials, equipment and incidental services required to execute and document Minor Repair Services for Defense Logistics Agency (DLA) capitalized facilities at United States Air Force Europe (USAFE) Installations locations throughout United Kingdom. Contractor shall provide Minor Repair Services by way of the submission of service orders as unscheduled repairs arise. The Contractor shall perform an annual assessment of facilities. 8. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. In accordance with FAR 19, all socioeconomic program considerations do not apply due to the project location being OCONUS. 9. SELECTION PROCESS: This project will use a Best-Value Acquisition Selection process in accordance with the United States Federal Acquisition Regulations (FAR) Part 15 and Part 37. The project will be solicited under Full and Open competition and will be awarded as a hybrid FFP/CPFF contract. The contract will be awarded and paid in Euros (€). Responses are desired from firms who can demonstrate recent and relevant experience and past performance in providing fuel systems minor repair services in United Kingdom, but expression of interests will be accepted from all interested parties. 10. PERIOD OF PERFORMANCE: The anticipated period of performance will be an initial Base Period of 12 months from award with Four Option Periods of 12 months each. 11. SITE VISIT/PRE-PROPOSAL CONFERENCE: At this time, a site visit is not planning to be held for this solicitation. 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. SYSTEM FOR AWARD MANAGEMENT: Please be advised that all offerors must be in compliance with the updated SAM policy regarding submission of a notarized letter dated April 26, 2018. For more information please reference https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update and the SAM attachments included with this notice. 15. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 28 November 2018. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 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. 16. Questions: For all inquiries please direct them to the contract specialist, Mr. Ryan Gregory, at e-mail: ryan.k.gregory@usace.army.mil, and the contracting officer, Ms. Robin Prince at email: robin.g.prince@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB19R0009/listing.html)
 
Record
SN05146525-W 20181109/181107230855-c066c04b58f2bd90c3b544d5719b2990 (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  © 1994-2020, Loren Data Corp.