Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOLICITATION NOTICE

Y -- Israel Multiple Award Task Order Contracts (MATOC)

Notice Date
5/25/2010
 
Notice Type
Presolicitation
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB10R0030
 
Response Due
6/9/2010
 
Archive Date
8/8/2010
 
Point of Contact
Barbara Byam, +49 61197442615
 
E-Mail Address
USACE District, Europe
(barbara.v.byam@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is restricted to U.S. firms only in accordance with 41 U.S.C. 421, 48 C.F.R. Chapter 1, FAR 6.302-4, and DFARS Part 225. Contractors participating in this solicitation must be U.S. firms or U.S. joint-ventures. This Pre-Solicitation Notice provides U.S. Army Corps of Engineers, Europe District intent to award two (2) or more Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for the purpose of providing repair, maintenance and construction services for Israeli Ministry of Defense facilities and other facilities to include U.S. owned or leased facilities in Israel. The majority of the work to be performed under the contract is new construction throughout Israel. Use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as complex projects and can help facilitate aggressive schedules. The Government will evaluate and select, for contract award, two (2) or more qualified Offeror(s), whose Proposal(s) are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. The work will be Foreign Military Sales (FMS) funded and all Off Shore Procurement (OSP) and Balance of Payment (BOP) Act Restrictions apply. Reference shall be made in the solicitation and each subsequent task order awarded under the contract implementing the U.S. Government International Balance of Payments Program (IBOP) and U.S. Government policies concerning OSP, including Federal Acquisition Regulation (FAR) Part 25 and Department of Defense FAR Supplement (DFARS), Part 225. The Contracts will be awarded only to U.S. Firms and paid only in U.S. ($) dollars pursuant to 22 U.S.C. 2791(c). Any joint venture agreement must be between U.S. Firms. A waiver of OSP requirements will not be available and accordingly, at least 51% of the dollar value of each task order (exclusive of the cost of bulk materials, and other items that the FAR and DFARS exclude from Buy American considerations) must be of U.S. origin. In addition, notwithstanding the status of Israel as a designated country under IBOP, no Israeli content will be allowed on this contract except bulk materials (such as sand, gravel, or other soil material, plant materials, stone, cement or cement products, concrete masonry units or fired brick and other materials as listed in the OSP worksheet, materials described in the Direction on Israeli Content - Other Bulk Items and other items specifically authorized for purchase in Israel either in the contract specifications or by express written authorization of the Contracting Officer). Labor to deliver and install bulk and/or other exempted materials is likewise permitted be Israeli content. Estimated cost range of this project is approximately US$49,500,000 (estimated to be US$16,500,000 per year) for the life of the contract, which will consist of one (1) base year period and two (2) option year periods. The Contract will end upon completion of the three (3) one (1) year periods or upon attainment of the US$49,500,000 capacity. Individual projects issued under the MATOCs will contain their own estimated values. The US Army Corps of Engineers, Germany will be the procuring office. The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business Web Site to the Government-Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site http://www.fedbizopps.gov. It is the Offerors sole responsibility to obtain this solicitation and any subsequent amendments through this website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Information will not be available through the Federal Technical Data Solutions (FedTeDS). Prospective Offerors must provide all information necessary to receive posting notifications. The solicitation will be issued on or about 15 June 2010. The solicitation will be issued free of charge and available electronically. Paper copies of this solicitation, plans, 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. Offerors must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 or visit website www.ccr.gov for more information. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Contracting Point of Contact for this Solicitation is Ms. Barbara Byam/ Barbara.V.Byam@usace.army.mil Tel: +49 (0)611 9744-2615. The Alternate Contracting Point of Contact is Ms. Marilyn Jackson/ Marilyn.Jackson@usace.army.mil Tel: +49 (0)611 9744-2660. NOTICE TO OFFERORS: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER PROPOSAL OPENING WITH NO OBLIGATION TO THE OFFEROR BY THE GOVERNMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB10R0030/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02160231-W 20100527/100525235713-90475d8e867fc15470c1c13158c457a8 (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.