Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
MODIFICATION

Y -- Laboratory Training Classroom - Solicitation 1

Notice Date
6/16/2017
 
Notice Type
Modification/Amendment
 
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-17-R-0047
 
Archive Date
8/2/2017
 
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
Attachment 7 SOW attachment 5 SOW attachment 6 SOW attachment 4 SOW attachment 3 Attachment 8 SOW attachment 1 SOW attachment 2 SOW attachment 7 Statement of Work Attachment 4 Attachment 5 Attachment 6 Attachment 3 Attachment 2 Specifications Solicitation Attachment 1 The Solicitation is posted under this advertisement number of W912GB-17-R-0047. ***** 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Mitrovo Polje, Serbia. 4. ACQUISITION INFORMATION: NAU anticipates soliciting and awarding ONE Single Phase Stand-Along "C" type Design/Build (D/B) Construction Contract in accordance with Federal Acquisition Regulation Parts 15 and 36 (https://farsite.hill.af.mil). No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Total Value of Contract: The contract is estimated to be between $1,000,000 and $5,000,000. Performance Period: The estimated period of performance will be 365 calendar days. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. 5. PROJECT DESCRIPTION: The general scope of work includes, but is not limited to: design and construction of one new single-story masonry/concrete classroom building with sloped roof and one existing two-story masonry/concrete dormitory building with sloped roof shall be renovated. The classroom building shall accommodate 120 students. The dormitory building shall accommodate 66 people. The design requirements shall need to consider host nation design codes and standards in Serbia. 6. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of construction firms who have the capabilities to complete and perform contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this sources sought announcement. 8. RESPONSES: The Capabilities Statement for this sources sought is NOT intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. 10. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 5 pages and shall include the following information (Clarifications and or questions shall be submitted in a separate word document and will not count towards the 5 page limitation): • Offeror's Name, address(es), English speaking point of contact, phone number and e-mail address • Offeror's interest in proposing on the solicitation when it is issued • Offeror's Cage Code and DUNS number. • Offerors should submit two (2) and no more than five (5) recent specific construction contracts/projects your firm has performed as the prime contractor to demonstrate your experience in design/build construction as indicated in this announcement. A specific project is a single contract or a single task order under an indefinite delivery contract. Recent is defined as having been 100% completed within the five years prior to the submission due date. For each of the projects submitted for experience evaluation, provide the following: o title and location o award and completion dates o contract or subcontract value o type of work for overall project and type of work your firm self-performed o current customer information including point of contact, phone number, and email address o whether the work was performed as a prime or subcontractor o type of contract and narrative of project description o description of the work that was self-performed by your firm, including the percentage of contract value your firm self-performed. • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available 11. RESPONSES DUE: All interested contractors should submit responses via email by 14:00 hours Central European Summer Time on 15 May 2017. Submit responses and information to Contract Specialist Robert Corkrum at robert.e.corkrum@usace.army.mil. No hard copies will be accepted. 12. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to Contract Specialist Robert Corkrum at robert.e.corkrum@usace.army.mil The Pre-Solicitation Notice is posted under this advertisement number of W912GB-17-R-0047. The Solicitation is posted under this advertisement number of W912GB-17-R-0047.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-17-R-0047/listing.html)
 
Record
SN04548426-W 20170618/170616235356-05b0d29c416014cd45f0fd7e13f72dd7 (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.