Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2022 SAM #7595
SPECIAL NOTICE

Y -- Industry Day Announcement: Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design Build and Design Bid Build Construction Korea Wide

Notice Date
9/14/2022 3:11:50 PM
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT FAREAST APO AP 96271-0000 USA
 
ZIP Code
96271-0000
 
Response Due
9/26/2022 12:30:00 AM
 
Archive Date
12/21/2022
 
Point of Contact
Steven J Griffiths, Phone: 05033556106, Chu-Hui Hong, Phone: 05033556925
 
E-Mail Address
steven.griffiths@usace.army.mil, chuhui.hong@usace.army.mil
(steven.griffiths@usace.army.mil, chuhui.hong@usace.army.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY TO ANNOUNCE AN INDUSTRY DAY FOR W912UM-23-R-0001 AMENDMENT 1 AS FOLLOWS: LIMITED TO LOCAL SOURCES ONLY The U.S. Army Corps of Engineers, Far East District, will conduct an Industry Day to announce an anticipated $400M Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Task Order Contract (MATOC) for Design Build, and Design Bid Build (DBB) Construction Services in support of various customers of the United States Army Corps of Engineers. The goal of this industry day is to: Familiarize the industry with this projected opportunity; Determine industry capabilities; Identify potential sources; and Receive feedback from industry The Industry Day will be held on Thursday 6 October, 2022 from 09:00 AM - 1:00 PM Korea Standard Time (KST), at the Riverbend Golf Course Ballroom, Camp Humphreys, Korea. Participants are limited to a maximum of two (2) individuals per construction company and two (2) individuals per architect-engineer firm. The presentation will be conducted in the English language only, but both English and Korea slides will be visually presented. No translators will be provided during the presentation due to time, but translation will be provided during question-and-answer period. The agenda is planned as follows: 09:00 - 10:00: Introductions and program overview 10:00 - 12:00: Overview of the requirement with questions and answers session 12:00 - 13:00: Networking A SOLICITATION WILL NOT BE RELEASED PRIOR TO THIS INDUSTRY DAY NOR WILL A DRAFT SOLICITATION BE PRESENTED AT THE EVENT. Participants who do not have base access onto Camp Humphreys are required to submit the following information in advance, no later than 26 September, 2022, 1630 Korea time. Full name of personnel attending (maximum two (2)) Nationality Passport Number (for US and other country) and KID (Korean Identification Number) for Korean. Vehicle make/model, license plate, and Insurance Policy number and Expiration date Telephone Number Proof of COVID-19 vaccination: Certificate of Immunization from Commissioner of Korea Disease Control and Prevention Agency Republic of Korea. This information is MANDATORY. Required information must be emailed to the US Army Engineer, Far East District, Contracting Division, attention to Ms. Hong, Chu Hui, and Mr. Steven Griffiths by 26 September, 2022, 16:30 PM KST. E-MAIL: chuhui.hong@usace.army.mil; Steven.j.Griffiths@usace.army.mil If the information is received later than the due date and time, Contractors may not be provided base access. Offerors are to show a valid Korean Driver's License or Korean Identification Card to confirm ID number which is provided in advance at the gate at the time of the industry day if one does not have a base access pass. Driver must have driver license as well. If you plan on attending, please submit the following information: Name of your company Name of each individual Title/Position of each individual in their respective company Attendance at the Industry Day is voluntary and is not required to participate in the proposed acquisition. Interested firms unable to attend the Industry Day are encouraged to submit a capabilities survey to the sources sought synopsis that will be posted o/a 14 September 2022. BACKGROUND The anticipated IDIQ The anticipated IDIQ MATOC will provide Design-Build, Construction Services not to exceed $400M over the next five years. The scope of work for the resultant contract will be associated with� renovation/alteration of existing active facilities, minor repair, and new construction. Work may include, but is not limited to, replacement, restoration of schools, healthcare facilities, administration buildings, hangars, warehouses, storage facilities, and ancillary facilities. This requirement will be performed entirely within the nation of Korea. To meet these requirements, the U.S. Army Corps of Engineers (USACE), Far East District (FED) requires a contracting vehicle that utilizes experienced firms who are capable of rapidly responding to multiple requirements, meet constrained project schedules, and deliver a variety of new construction and renovation products. This contract vehicle will enable the USACE FED to standardize execution, minimize acquisition lead times and costs, work multiple projects concurrently, and complete projects on schedule. Work may include, but is not limited to, design and construction of restoration and/or modernization of HVAC, plumbing, electrical, elevators, building envelope, fire protection, interior renovation, terrorism/force protection, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. The Government is seeking qualified, experienced sources capable of delivering design-build construction projects. Under this contract, the contractor shall provide all necessary design, labor, material, supervision, and equipment for the construction, repair, and/or alteration to sustain, restore, and or modernize, administrative buildings, health facilities, warehouses, ancillary facilities, hangars, storage facilities, roadways, and other requirements using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. Any resultant contract will be for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. Each contract awarded under the IDIQ contract will share the total contract capacity estimated at $400M over the five year period. The estimated minimum size of a task order is $300,000. The estimated maximum size of a task order is $50,000,000 with the average size task order being approximately $5,000,000. Companies must have ability to perform up to a minimum of five (5) task orders simultaneously. Point of Contact(s): Ms. Hong, Chu Hui: chuhui.hong@usace.army.mil; Mr. Steven Griffiths: Steven.j.Griffiths@usace.army.mil;
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7bc84a45120c4a24be3474471845173b/view)
 
Place of Performance
Address: KOR
Country: KOR
 
Record
SN06464618-F 20220916/220914230129 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.