Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2015 FBO #5119
SOLICITATION NOTICE

Y -- FY 2016 Hungary MATOC

Notice Date
11/27/2015
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Europe, Konrad-Adenauer Ring 39, Wiesbaden, 65187, Germany
 
ZIP Code
00000
 
Solicitation Number
W912GB-16-R-0010
 
Archive Date
12/25/2015
 
Point of Contact
Robert E. Corkrum, Phone: 4961197442235
 
E-Mail Address
robert.e.corkrum@usace.army.mil
(robert.e.corkrum@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRESOLICITATION NOTICE for W912GB-16-R-0010: Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Contracts for Hungary 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2016 (FY16) Hungary Multiple Award Task Order Contract (MATOC) 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220, Commerical and Institutional Building Construction 4. CONTRACT SPECIALIST: Robert Corkrum, robert.e.corkrum@usace.army.mil 5. PLACE OF PERFORMANCE: Hungary 6. SOLICITATION NUMBER: W912GB-16-R-0010 7. DESCRIPTION: USACE Europe District intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ MATOC. The purpose of this acquisition is to provide a contract vehicle through which task orders would be issued for for the construction of real property repair and maintenance, environmental work, force protection work, and construction services including, but not limited to, 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. within Hungary. Project work may also include Force Protection type projects and Design Build projects for various construction and utility infrastructure type projects. 8. TYPE OF CONTRACT: This solicitation will be for award of up to five (5) Contractors on this FFP IDIQ MATOC. Use of the MATOC will provide the Government with a construction product delivery method that can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. 9. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions. Small and Small Disadvantaged Business requirements are waived for this project due to its location OCONUS. 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the tradeoff process, resulting in a FFP contract award to up to five offerors who demonstrate the best value to the Government, considering all non-price (technical) and price factors. Europe District intends to use Two Phase Design-Build Selection Procedures in accordance with FAR Subpart 36.3 and as authorized by 10 USC 2305a. Proposals will be evaluated in Phase One to determine which five offerors will submit proposals for Phase Two and contracts will be awarded using competitive negotiation. 11. CONTRACT MAGNITUDE: The term of the resultant contracts will be limited to a base period of one year and four option periods of one year each. The contemplated contracts' shared capacity will not exceed $49,999,950.00 for the base and all option years. 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: The solicitation will provide further information on the Site Visit/Pre-Proposal Conference. 13. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in.pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. 14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 15 December 2015. The Government intends to have Phase I proposals due 29 January 2016 and award the contracts in April 2016 - June 2016. Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted. 15. NOTICE TO OFFERORS: The Government reserves the right to cancel any or all of the solicitation(s), either before or after the proposal opening with no obligation to the offeror by the Government. MINIMUM GUARANTEE: A single minimum guarantee amount of $5,000.00 will cover the base period and any option period(s). TASK ORDER LIMITATIONS: The minimum task order value will be $50,000.00 and the maximum task order value will be $10,000,000.00. On a case by case basis the Contracting Officer has the authority to issue task orders that may exceed the maximum task order limit. Potential offerors are encouraged to submit their company name, mailing address and telephone, and e-mail address of an English speaking contact no later than Tuesday 8 December 2015 to Contract Specialist Robert Corkrum at robert.e.corkrum @usace.army.mil and Contracting Officer Jeffrey Harrington at jeffrey.j.harrington@usace.army.mil. You will be informed when and where you may obtain a copy of the solicitation documents as well as details on any potential site visit. Solicitation will be issued on or about Tuesday 15 December 2016. 16. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Robert Corkrum at robert.e.corkrum@usace.army.mil and Jeffrey J. Harrington at jeffrey.j.harrington@usace.army.mil. Telephone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-16-R-0010/listing.html)
 
Record
SN03956040-W 20151129/151127233442-e98fadd06387bd331fd72992c50de9d8 (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.