Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2008 FBO #2386
SOLICITATION NOTICE

Y -- W917BE-08-R-0082 Multiple Award Task Order Contract (MATOC), Gulf Region North, Northern Iraq

Notice Date
6/6/2008
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, Gulf Region North District, Gulf Region North District, XR W6EX GRD NORTH DISTRICT, KO OPERATION IRAQI FREEDOM, APO, AE 09334
 
ZIP Code
09334
 
Solicitation Number
W917BE-08-R-0082
 
Response Due
7/30/2008
 
Archive Date
9/28/2008
 
Point of Contact
Major Charlotte H. Rhee, 540-542-1428
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W917BE-08-R-0082 Notice Type: Presolicitation Synopsis: The U.S. Army Corps of Engineers, Gulf Region Division North (GRD-N) has a competitive requirement for an Indefinite-Delivery Indefinite-Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) to support customers supported by the Gulf Region Division North District, specifically in Northern Iraq to include projects inside and outside the boundaries of existing Multi-National Bases. It is the Governments intent to make multiple contract awards under a single solicitation. This solicitation will result in multiple award task order contracts entered into in accordance with Federal Acquisition Regulation (FAR) 16.504(c). The Government anticipates awarding between three and five (5) IDIQ contracts as a result of this solicitation. The individual task orders anticipated for this contract will be in support of customers supported by the Gulf Region Division North District. This type of procurement IDIQ MATOC is expected to help minimize design effort and related overhead expenditures and handle compressed delivery schedules. The task orders will range from $100,000 to $5,000,000.00 Million per task order and will be for construction projects of varying size and complexity. Task Orders will include multi-disciplinary, but not limited to construction, reconstruction, renovation, restoration, incidental or limited design associated with those types of activities, and other presently unforeseeable requirements that may arise, and will include a variety of trades such as carpentry, road repair, roofing, excavation, interior/exterior elements, mechanical, electrical, steam welding, asbestos and lead paint abatement incidental to construction and/or project design. The IDIQ MATOC will not be used for Architectural-Engineering (AE) services; however, incidental AE services may be needed for some projects. This requirement will be solicited on a full and open competition basis pursuant to FAR Subpart 6.1 Full and Open Competition. The resultant contracts will be Firm Fixed Price contracts. The proposed contracts feature a base year and three (3) option years. Each individual task order will establish a period of performance for the individual effort. The value of the base year will not exceed $50 million (M) dollars, option year one will not exceed $50M, option year two will not exceed $50M, and option year three will not exceed $50M. The total shared capacity of the base contract plus all potential options shall not exceed $200M. The contractor shall comply with host country prescribed laws, policies and procedures for performance of services. Solicitation documents (Request for Proposals and all other applicable documents) will be available on or about 30 June 2008 and the approximate due proposal(s) due date will be 30 July 2008. Note: These dates are subject to change. The proposals will be evaluated and award (s) shall be made utilizing Best Value Trade-off source selection policies and procedures in accordance FAR Subpart 15.3 SOURCE SELECTION. The solicitation will be issued in electronic format and will be posted to Federal Business Opportunities (FEDBIZOPPS) at www.fedbizopps and Baghdad Business Center (BBC) at www.baghdadbusinesscenter.org. All potential offerors are responsible for downloading the solicitation from the websites provided. Potential offerors are responsible for checking the website(s) for any future amendments and downloading those amendments as they occur. No separate notice will be provided. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the solicitation and applicable documentation posted at the referenced websites. All responsible sources may submit a proposal at their own cost. The point of contact for this acquisition is MAJ Charlotte H. Rhee at cegrn.contracting@usace.army.mil Contracting Office Address: Gulf Region North District - Iraq, USACE-CEGRN, COB Speicher, APO, AE 09393 Place of Performance: Gulf Region North District Iraq, USACE-CEGRN, COB Speicher, APO, AE 09393 Point of Contact(s): MAJ Charlotte H. Rhee, cegrn.contracting@usace.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ef0a84807f4a4b0904c63aa4756d581f&tab=core&_cview=1)
 
Place of Performance
Address: Gulf Region North District XR W6EX GRD NORTH DISTRICT, KO OPERATION IRAQI FREEDOM APO AE
Zip Code: 09334
 
Record
SN01588445-W 20080608/080606215425-ef0a84807f4a4b0904c63aa4756d581f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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