SOLICITATION NOTICE
Y -- Job Order Contract (JOC), Kingdom of Jordan
- Notice Date
- 5/21/2022 3:15:36 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER22R0001
- Archive Date
- 05/27/2022
- Point of Contact
- Andrew Brown, Ryan Gregory
- E-Mail Address
-
andrew.j.brown@usace.army.mil, ryan.k.gregory@usace.army.mil
(andrew.j.brown@usace.army.mil, ryan.k.gregory@usace.army.mil)
- Description
- 1. ��AGENCY:�United States Army Corps of Engineers (USACE) Transatlantic Middle East District (TAM) 2. ��PSC Y1JZ: Construction of Miscellaneous buildings; NAICS 236220: Commercial and Institutional Building Construction 3. ��PLACE OF PERFORMANCE:�Kingdom of Jordan various locations 4. ��ACQUISITION INFORMATION:� The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division (TAD), Middle East District (TAM), anticipates soliciting and awarding a Job Order Contract (JOC) for miscellaneous minor construction; renovation/rehabilitation; and maintenance and repair at various sites throughout the Kingdom of Jordan.� This will be a firm-fixed price (FFP), indefinite-delivery/indefinite-quantity (ID/IQ), Job Order Contract (JOC) awarded on the basis of full and open competition in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts.� Contract Capacity:�The total contract capacity for the base and options will be $48.5 million. The estimated maximum amount of any task order is $2,000,000. A task order amount is typically within a range of $2,000 to $2,000,000. Performance Period:��The anticipated period of performance is a base year with four option years. 5. PROJECT DESCRIPTION:� �The U.S. Army Corps of Engineers (USACE), through its Transatlantic Division (TAD), Middle East District (TAM), is evaluating the ability of businesses to perform a scope of work for miscellaneous minor construction; renovation/rehabilitation; and maintenance and repair at various sites throughout the Kingdom of Jordan. �This will be a firm-fixed price (FFP), indefinite-delivery/indefinite-quantity (ID/IQ), Job Order Contract (JOC) awarded on the basis of full and open competition. This contract type includes a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications; units of measure; and pre-established unit prices for each discrete task. Each task order under a JOC comprises of pre-described and pre-priced tasks listed in the Kingdom of Jordan JOC Construction Task Catalog (CTC). Provided by the Government, a CTC is a compilation of repair, maintenance, and minor construction tasks; associated units of measure; and unit prices. CTC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in the contractor's coefficient(s). Coefficients are adjustment factors proposed by the contractor to adjust the unit prices stated in the UPB and consists of the contractor's operating costs. Coefficients are multiplied to unit prices in the UPB to determine the price of a task order. Contracting Procedures:�Contract award will be based upon a best value trade off analysis of all proposals received. The evaluation criteria will be conveyed within the Request for Proposal (RFP). One or more of the items in the project scope may appear in the solicitation as an option item. The contract will be awarded on a firm-fixed price basis only. The total contract dollar value for the base and options is estimated to be $48.5 million. The estimated maximum amount of any task order is $2,000,000. A task order amount is typically within the range of $2,000 to $2,000,000. Additional Requirements:�Performance and payment bonds are required and must be sufficient to cover the stated estimated annual maximum contract value. Firms must be licensed to conduct business in Kingdom of Jordan. On or about 24 May, it is anticipated that a solicitation for this requirement will be forthcoming.No reimbursement will be made for any costs associated with providing a proposal in response to the solicitation.� Please be advised that proposals will have to be submitted through the Procurement Integrated Enterprise Environment (PIEE) site located at https://piee.eb.mil (Non-CAC Users). Offerors who plan to submit proposals should do their due diligence to complete registration for PIEE in enough time to submit proposals within the designated time frame. Please note that offerors must have the�""Proposal Manager"" role in PIEE to have the ability to submit, view, and post offer revisions. Additionally, the PIEE system has a file size limit of 1.9 GB per file.�If the total size of any (or all if combining) attachments exceeds 1.9 GB, upload the attachments in batches under the 1.9 GB limit.� Please reference the attached guide for registering in PIEE. For technical difficulties, contact the Ogden Help Desk at +1(866)-618-5988 or +1(801)-605-7095.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f7912143d27e4c938eaa42a07e23ba90/view)
- Place of Performance
- Address: JOR
- Country: JOR
- Country: JOR
- Record
- SN06334417-F 20220523/220521230052 (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 |