Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

C -- W912ER23R0010 - General Architect-Engineer Services, Multiple Award Task Order Contract in Support of the CENTCOM Area of Responsibility and TAD Worldwide Missions

Notice Date
4/19/2023 1:59:51 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W31R ENDIS MIDDLE EAST WINCHESTER VA 22604-1450 USA
 
ZIP Code
22604-1450
 
Solicitation Number
W912ER23R0010
 
Response Due
5/23/2023 1:00:00 PM
 
Archive Date
04/18/2024
 
Point of Contact
BENJAMIN WILLIAMS, Phone: 5406652603, LISA MCINTYRE, Phone: 540-665-6530
 
E-Mail Address
BENJAMIN.C.WILLIAMS@USACE.ARMY.MIL, Lisa.D.McIntyre@usace.army.mil
(BENJAMIN.C.WILLIAMS@USACE.ARMY.MIL, Lisa.D.McIntyre@usace.army.mil)
 
Awardee
null
 
Description
USACE through the Transatlantic Middle East District (CETAM) has a requirement to provide a range of General Architect-Engineer (A-E) Services in support of the design and construction activities to support a variety of worldwide missions under North American Industrial Classification System (NAICS) code 541330. This Multiple Award Task Order Contract (MATOC) will primarily support the operational requirements of various U.S. Central Command (CENTCOM) stakeholders as well as the CETAM worldwide missions, USACE enterprise missions or tasks, Department of Defense (DoD), and foreign government initiatives that may be assigned to CETAM in the next five years. CETAM intends to award no less than three (3) up to seven (7) MATOCs from this synopsis/solicitation, with a proposed capacity in the amount of $240,000,000. The Government will award the contracts using full and open competition for all offerors, based on the limitations noted in the attached synopsis. Due to the location of the projects, the Government does not anticipate setting aside the requirement to a small business concern. The period of performance (PoP) will be a five (5) year ordering period consisting of one (1) thirty-six (36) month base ordering period, and one (1) twenty-four (24) month optional ordering period. FAR 52.217-9, Option to Extend the Term of the Contract, and FAR 52.217-8, Option to Extend Services will be evaluated and included in the multiple award IDIQ. The A-E synopsis requirements and evaluation criteria are found under the included attachment. Electronic copies shall be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/. Proposals submitted by mail or hand carried will not be evaluated. Proposals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be retrieved. It is the responsibility of the Offeror to confirm receipt of proposals. All proposals received after the exact time specified for receipt shall be treated as late submissions and will not be considered except under facts and circumstances allowed by the Federal Acquisition Regulation (FAR). There are 10 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. For additional assistance with PIEE, please see the Department of Defense Procurement Toolbox at https://dodprocurementtoolbox.com/site-pages/solicitation-module.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b60781db5f54e96bde1c39a980b2b08/view)
 
Record
SN06655393-F 20230421/230419230112 (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.