Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

Y -- Two-Phase Design-Bid-Build (DBB) and Design-Build (DB) Multiple Award Task Order Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Contracts for Germany, Belgium, and the Netherlands

Notice Date
11/20/2020 4:36:51 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB21R0001
 
Response Due
12/5/2020 2:59:00 PM
 
Archive Date
12/20/2020
 
Point of Contact
Oksana Strekha, Christopher Tew
 
E-Mail Address
oksana.strekha@usace.army.mil, Christopher.A.Tew@usace.army.mil
(oksana.strekha@usace.army.mil, Christopher.A.Tew@usace.army.mil)
 
Description
PRESOLICITATION NOTICE �for W912GB21R0001: Two-Phase Design-Bid-Build (DBB) and Design-Build (DB) Multiple Award Task Order Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Contracts for Germany, Belgium, and the Netherlands 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2021 (FY21) Germany, Belgium, and the Netherlands Multiple Award Task Order Contract (MATOC) 2.� AGENCY:� U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3.� NAICS: 236220, Commerical and Institutional Building Construction 4. CONTRACT SPECIALIST: Oksana Strekha, Oksana.Strekha@usace.army.mil 5. PLACE OF PERFORMANCE:� Germany, Belgium, and the Netherlands 6. SOLICITATION NUMBER:� W912GB21R0001 � 7. DESCRIPTION: USACE NAU intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ MATOC.� The estimated acquisition cost of the requirement is approximately $400,000,000.00.� Services to be performed under this contract will consist of real property repair and maintenance, environmental work, force protection work, and construction services.� Use of the MATOC will provide the Government with a construction 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, as well as handle compressed schedules.� Task Orders will primarily address new construction, design-build, design-bid-build, general building renovation, road and pavement repair, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Contract awards are anticipated for any work for US Forces and/or Facilities in Germany, Belgium and the Netherlands. 8. TYPE OF CONTRACT: This solicitation will be for award of FFP IDIQ MATOC. Use of the MATOC will provide the Government with a construction project 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 with a target of seven (7) offerors who demonstrate the best value to the Government, considering all non-price (technical) and price factors. �Award may made to more or less than seven (7) offerors if it is determined to be in the best interest of the Government by the Source Selection Authority. Europe District intends to use Two Phase Design-Build Selection Procedures in accordance with FAR Subpart 36.3 and as authorized by 10 USC 2305a. �Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two and contracts will be awarded using competitive negotiation. 11. CONTRACT MAGNITUDE: The term of the resultant contracts will be a base period of five (5) years. The contemplated contracts� shared capacity will not exceed $400,000,000.00. 12. PRE-PROPOSAL CONFERENCE:� �Due to COVID-19 travel restrictions, it is anticipated that a Pre-Proposal Conference will be held virtually. The solicitation will provide further information on the Pre-Proposal Conference. 13. SOLICITATION WEBSITES: 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 Beta.Sam.gov (https://beta.sam.gov/) website. The solicitation will be available only as a direct download. 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. 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 21 December 2020. The Government intends to have Phase I proposals due on 20 January 2021 and award the contracts in the May 2021 timeframe. Actual dates and times will be identified in the solicitation. 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 $2,500.00 will cover the base period per contract award. TASK ORDER LIMITATIONS: The minimum task order value will be $1,000,000.00 and the maximum task order value will be $50,000,000.00.� 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, Ms. Oksana Strekha, at Oksana.Strekha@usace.army.mil and Contracting Officer, Mr. Christopher Tew, at Christopher.A.Tew@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0425497e59994dbaba43922272b2908b/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN05858031-F 20201122/201120230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.