Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

Z -- Germany West Job Order Contract (JOC) 2011

Notice Date
1/25/2011
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-11-R-0026
 
Response Due
3/2/2011
 
Archive Date
5/1/2011
 
Point of Contact
Abe Curry, 49-061197442600
 
E-Mail Address
USACE District, Europe
(abraham.curry@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers Europe District is soliciting interest for a Firm-Fixed Priced (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) to be used to acquire real property repair, maintenance, minor construction, and/or asbestos abatement services. The orders will primarily address general building renovation, road and pavement repair, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Each project task ordered awarded under a Job Order Contract is normally comprised of a number of pre-described and pre-packed tasks as described in each Task Order and the Unit Price Book The geographical area covered by this contract includes work in direct support of the US Government, US Department of Defense Facilities, US Forces, and other US facilities located throughout Germany, Belgium, and the Netherlands. Work is primarily in the associated area listed below to which the contract award applies: Germany West JOC 2011 includes project work for USAG Wiesbaden; USAG Heidelberg; USAG; USAG Stuttgart; USAG Kaiserslautern; USAG Mannheim USAG Brussels, USAG Benelux, Belgium, USAG Schinnen, Netherlands including work in support of other US facilities located in Germany, Belgium, or the Netherlands that is within the scope of the contract work. Up to 15% of work may be performed outside Germany and outside this geographical location for work that is within the scope of the contract. The project will be advertised as an RFP and will result in one (1) award IDIQ JOC contract using firm-fixed price task orders which will identify the scope of work, and location. The maximum overall cumulative value of this contract will be $50,000,000.00 (not-to-exceed). This contract will include a base period, not-to-exceed (NTE) one (1) year and two (2) option periods (NTE one year each), for a total contract performance period NTE three (3) years. The minimum guarantee amount is $15,000 for the base period. Compensation for the base contract includes compensation for the Government's right to extend the term of the contract under the contract options. The minimum task order is 5,000 and the maximum task order is anticipated at 1,000,000 but can exceed this amount if determined within the scope of this contract by the Contracting Officer. 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. The solicitation will be issued on or about 2 March 2011 on FedBizOpps. The solicitation will be issued free of charge and available electronically through FedBizOpps. All qualified and responsible offerors may submit a proposal and will be considered for award. Responses are desired from firms who can demonstrate recent and relevant experience and past performance in performing compliance and general building renovation, road and pavement repair, and general environmental work. Offerors shall determine whether performance requires registration with German, Belgium, and the Netherlands or authorization to do business in Germany, Belgium, and the Netherlands and if so, shall comply with all requirements. 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 Point of Contacts for this solicitation will be as follows: Primary POC - Contract Specialist, Abraham Curry; Email address - abraham.curry@usace.army.mil Telephone No - +49 (0) 611 9744-2788. Contracting Officer, Ms. Nora L. Cherry; Email address - Nora.L.Cherry@usace.army.mil Telephone No - +49 (0) 611 9744-2218. 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/W912GB-11-R-0026/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN02366710-W 20110127/110125234953-861ae9f8244c3e05aab524e6aa7c6c19 (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.