Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOLICITATION NOTICE

Y -- FY21 Bulgaria & Romania Job Order Contract (JOC)

Notice Date
1/12/2021 8:02:09 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
W912GB21R0009
 
Response Due
1/27/2021 7:00:00 AM
 
Archive Date
02/11/2021
 
Point of Contact
Shelia A. Welsh, Robin Prince
 
E-Mail Address
shelia.a.welsh2@usace.army.mil, Robin.G.Prince@usace.army.mil
(shelia.a.welsh2@usace.army.mil, Robin.G.Prince@usace.army.mil)
 
Description
PURPOSE OF THE ANNOUNCEMENT: �This Pre-Solicitation Notice provides the U.S. Army Corps of Engineer (USACE NAU) intent to solicit and award a Firm Fixed Price (FFP) Single Award Task Order Contract (SATOC) Job Order Contract (JOC) for the purpose of providing real property repair and maintenance, environmental work, force protection work, and small construction services in the areas for all U.S. Government Facilities throughout Bulgaria and Romania. � DESCRIPTION: �The use of the SATOC JOC 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.� The SATOC JOC would be structured to capitalize on regional pricing differences, while providing the Government the necessary latitude to meet unforeseen requirements within Bulgaria and Romania.� Task Orders will be Firm Fixed Price (FFP) for construction services to be performed which may include, but is not limited to: real property repair and maintenance, environmental work, force protection work and construction services which primarily address 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. Project work may also include Force Protection type projects and other construction projects. Contract awarded is anticipated for any work for US Government Facilities throughout Bulgaria and Romania.� Work will be performed primarily at Nova Selo Training Area in Bulgaria, Mihail Kog�lniceanu (MK) and Cincu in Romania, among other locations. � SELECTION PROCESS: The acquisition strategy 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. Source selection procedures will be in accordance with all applicable FAR, DFARS, AFARS, and UAI requirements. Best Value Trade Off anticipated evaluation factors: Management Approach, Past Performance, Technical Approach and Price using Co-Efficient.� �� PLANNED SOLICATATION: This solicitation will be used to issue one SATOC JOC contract to support the United States Army Corps of Engineers (USACE) Europe District (NAU) through the issuance of Task Orders for various projects.� Estimated cost range of this project is not-to-exceed US$49,900,000.00 for the life of the contract, which will consist of a three (3) year base period and two (2) one year option periods. The Contract will end upon completion of the five (5) years or upon attainment of the US$49,900,000.00 capacity. Individual projects issued under the JOC will contain their own estimated values. ��There will be no limits on the number of task orders awarded/issued in any year; however, the minimum amount per task order issued against this contract is anticipated to be $2,500.00 and the maximum is anticipated no to exceed $5,000,000.00.� The minimum guarantee shall be $2,500.00.� This amount shall cover the duration of the entire contract (Base Period and Option Periods).� All task orders will be awarded and invoices paid in Euros. � The solicitation is anticipated�to be issued during the February timeframe.� The solicitation will be issued free of charge and available electronically.� Paper copies of this solicitation, plan, and specifications will not be provided.� It is the Offeror�s sole responsibility to ensure they have obtained all solicitation documents and any subsequent amendments, if any. � SOLICITATION WEBSITE: The Government will post this synopsis, the solicitation and all subsequent amendments to https://beta.SAM.gov and 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. � OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT � Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this, or any U.S. Government contract. Solicitation documents, plans and specifications will only be available via Beta.Sam.gov (https://beta.sam.gov/) website. � 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(s) by the Government. POINTS-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. Shelia Welsh, at shelia.a.welsh2@usace.army.mil and Contracting Officer, Ms.�Robin Prince, at Robin.G.Prince@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ab246345503487687cb64c5d21f7bb0/view)
 
Place of Performance
Address: BGR
Country: BGR
 
Record
SN05890103-F 20210114/210112230109 (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.