Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
MODIFICATION

Z -- Italy Job Order Contract (JOC)

Notice Date
12/3/2013
 
Notice Type
Modification/Amendment
 
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-14-R-0010
 
Response Due
1/6/2014
 
Archive Date
2/5/2014
 
Point of Contact
Sarah Downs, 0611-9744-2624
 
E-Mail Address
USACE District, Europe
(sarah.downs@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Modification to Pre-Solicitation: Correct the typographical error to change the due dates for the following sentences: quote mark The solicitation will be issued on or about 15 January 2014. quote mark quote mark Firms shall submit material as stated below that demonstrates that they meet the qualification requirements, not later than 1500 hours Central European Time (CET) on 06 January 2014. quote mark This Pre-Solicitation Notice provides the U.S. Army Corps of Engineers, Europe District (USACE EUD) intent to award one (1) Firm-Fixed-Priced (FFP) Indefinite-Delivery Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for the purpose to provide real property repair, maintenance, minor construction, and/or asbestos abatement. The orders will primarily address general building renovation, road and pavement repair, and general environmental work. This work includes, but is not limited to, incidental new minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, force protection, and environmental remedial work. The geographical area covered by this contract includes work throughout Italy but primarily in Vicenza and surrounding area, with additional work anticipated in Livorno and Aviano, Italy. This solicitation will be used to award a single Job Order Contract (JOC) to support Task Order awards of projects by the EUD District. The contract will include a base period and four (4) option periods of one (1) year duration each. Each project task order 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 Government will evaluate and select, for contract award, one (1) qualified Offeror, whose Proposal is determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. This solicitation will be used to award one JOC to support the EUD District through the issuance of Task Orders for various projects. Estimated cost range of this project is not-to-exceed US$25,000,000 (estimated to be US$5,000,000 per year) for the life of the contract, which will consist of one (1) base year period and four (4) option year periods. The Contract will end upon completion of the five (5) one (1) year periods or upon attainment of the US$25,000,000 capacity. Individual projects issued under the JOC will contain their own estimated values. There will be no limits on the number of task orders awarded/issued in any year. The minimum task order is 2,000 and the maximum task order is 1,000,000 (reference clause 52.216-19). On a case by case basis the Contracting Officer has the authority to issue task orders that may exceed the maximum task order limit, but not exceeding the amount of sustainment, restoration, and modernization (SRM) authority delegated to the installation by the ACOM and/or HQDA. The minimum guarantee shall be $5,000.00. This amount shall cover the duration of the entire contract (Base Period and Option Periods). 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 Offeror's 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. Prospective Offerors must provide all information necessary to receive posting notifications. The solicitation will be issued on or about 15 January 2014. 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 System for Award Management (SAM) formerly known as the Central Contractor Registration (CCR) in order to be eligible to receive an award from this solicitation. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. If submitting as a joint venture, the joint venture entity must be registered in SAM in order to be eligible to receive an award from this solicitation. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors of any nationality providing they submit commitment letters from those subcontractors. The contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the contracting officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. All interested firms are requested to demonstrate compliance with the qualification requirements as stated below in this document. Firms shall submit material as stated below that demonstrates that they meet the qualification requirements, not later than 1500 hours Central European Time (CET) on 06 January 2014. A pre-proposal site visit will be planned on a date to be determined. A firm's physical address for express mail delivery, telephone number, facsimile number, email address and an English speaking point of contact MUST be provided. Firms whose submissions are received later than the time and date stated above, or firms that submit incomplete information, may not be considered. Offerors may fax, hand deliver, or mail the requirements of this solicitation referencing Solicitation Number W912GB-14-R-0010 to the following address: Ms. Sarah Downs, Contract Specialist U.S. Army Corps of Engineers, Europe District Konrad-Adenauer-Ring 39 65187 Wiesbaden, Germany Email address: sarah.downs@usace.army.mil Telephone: +49(0)611 9744-2624 Fax: +49(0)611 816-2618 All interested firms are required to submit the following documentation to assist in the determination of their status as a qualified contractor: 1.A description of the teaming arrangement, as applicable, demonstrating how the potential Offeror and their proposed team meet the qualification requirements. List all firms, to include sub-contractors, that contribute toward satisfying the stated Societa Organismi D'Attestazione (S.O.A.) requirements and how the firm(s) contribute to the satisfaction of the requirement. 2.A copy of all S.O.A. certifications required for this solicitation. Offerors shall be qualified in accordance with D.P.R.34 of 25 January 2000, Regulations for the Qualification of Construction Firms in Italy, in accordance with Legislative Decree 12 April 2006 u. 163, the De Lise Code and any subsequent amendments for: Prevailing Category: a)OG 1 Civil and Industrial Buildings Class IV 2.582.284 Minor Categories: b)OG 3 Roads, highways, bridges, viaducts, railways, tramways, Metropolitana, funicular, and airport runways, and related services Complementary Class III 1,032,913 c)OG 6 Water supply, gas and oil pipelines, irrigation and evacuation Class II 516,457 d)OG 11 Technological Fittings Plants for Processing High / Medium Voltage and Distribution of Electric Power in Alternating and Direct Current Class II 516,457 e)OG12 Works and Fittings of Reclamation it is Environmental Protection Class II 619,748 3.Firms must comply with Article 38 of the De Lise Code by self-certifying the attainment of Article 38; forward the Documento Unico di Regolarit Contributiva pursuant to Article 2 of the Legislative Decree numbered 210/2002 4.The documentation required by Article 75 of D.P.R. 554/99 as replaced by Article 2 of D.P.R. 412/00. Note that self certification is sufficient for paragraph 1 of the law, of Article 75. Compliance with the subparagraphs (b) and (c) of paragraph 1 of Article 75 shall be demonstrated by forwarding an unexpired original or certified copy of the quote mark Certificato Casellar Giudiziale quote mark or quote mark Certificato dei Carichi Pendenti. quote mark 5.All potential Offerors who are a Joint Venture shall demonstrate in a narrative how the joint venture team meets the S.O.A. certification requirement of paragraph (2). The narrative must include a description of the responsibilities in terms of the work category(ies) for each partner. For example, firm A will be performing 70% of the OG 1work; firm B will perform 30% of the OG 1 work. 6.When work falls below a 150,000 threshold, Offerors shall self certify qualifications in accordance with Art 3.4 of DPR 34/00 work classifications. 7.Offerors shall with their proposal, furnish all documentation complying with the following clauses. Failure to submit any document or submitting a non-conforming document may result in rejection of the proposal in its entirety. 52.000-4090 - Qualification of Firms Pursuant to Italian Decree DPR 00/34 52.000-4091 - Compliance with Italian Decree DPR 554/99 amended by Art 2 of DPR 412/00 52.225-4002 - Anti Mafia Law Notice to joint ventures: A provision entitled quote mark Joint Venture Agreements quote mark will be included in the future solicitation for this project. It states that the Joint Venture Offerors shall, with their proposal (not now) furnish an Italian notarized legal document ( quote mark Mandao quote mark ) that establishes the Joint Venture. The language of this provision is included below for information: Joint Venture Offerors shall, with their proposal furnish an Italian notarized legal document ( quote mark Mandato quote mark ) that establishes the Joint Venture. The Joint Venture Agreement shall take effect upon the submission of the proposal and remain irrevocable until one year (1) year after the work has been finally inspected and accepted by the Government. The Joint Venture Agreement shall include, at a minimum, the following: a.Name of firms that form the Joint Venture and the name of the Joint Venture; b.Name and title of the corporate officials signing in behalf of each party; c.Contract number; d.Description of the responsibilities in terms of work category for each partner (for example - Firm A performing 70% of OG 1) that sufficiently demonstrates how the joint venture meets the SOA certification requirements of this solicitation; e.The statement quote mark The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government quote mark ; and f.Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. If the Joint Venture is not organized according to Art 95 of Law 554, 21 December 1999, the U.S. Government reserves the right to review the actual Joint Venture agreement to determine its basis and compliance with applicable laws. The USACE EUD Contracting Office will be the sole point of contact for this solicitation. The Primary Points of Contact for this solicitation will be as follows: Contract Specialist, Ms. Sarah Downs (Primary POC) Email address: sarah.downs@usace.army.mil Telephone No: +49(0)611 9744-2624. Contracting Officer, Ms. Wendy Fields Email address: wendy.d.fields@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-14-R-0010/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03244885-W 20131205/131203234515-8a60b218eb7f62f64a9971f71a908367 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.