SOURCES SOUGHT
Y -- Miscellaneous New Construction; Renovation/Rehabilitation; and Maintenance & Repair at Various Sites in Kuwait
- Notice Date
- 3/23/2011
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE Middle East District, P.O. Box 2250, Winchester, VA 22604-1450
- ZIP Code
- 22604-1450
- Solicitation Number
- W912ER-11-R-0080
- Response Due
- 4/22/2011
- Archive Date
- 6/21/2011
- Point of Contact
- Robyn Ratchford, 540-665-3676
- E-Mail Address
-
USACE Middle East District
(robyn.ratchford@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Purpose of Notice: This purpose of this notice is to gain knowledge of potential qualified business concerns, both U. S. and Foreign, capable of performing a Scope of Work for Miscellaneous New Construction; Renovation/Rehabilitation; and Maintenance & Repair at Various Sites in Kuwait. Set Asides and Codes: As the work will be performed outside of the Continental U.S., no set asides or socioeconomic preference of any sort will be granted. This effort is classified through the North American Industry Classification System (NAICS) under code 236220 (Commercial and Institutional Building Construction). The Small Business Standard Code (SIC) is 1542 ($33.5M). The FSC is Y199 (Miscellaneous Buildings - Construction of Facilities). PreSolicitation Announcement: It is anticipated that a presolicitation announcement will be published in the Federal Business Opportunities on or about June 15, 2011. The contract will consist of multiple Contract Line Item Numbers (CLINs), inclusive of Options, for proposing rate for "Coefficients. " "Coefficient" means a numerical factor that represents costs not considered to be included in "Unit Price Book" unit prices (e.g., general and administrative and other overhead costs, insurance costs, bonding and alternative payment protection costs, protective clothing, equipment rental, sales tax and compliance with tax laws, and also contractor's profit, as applicable). Contingencies such as changes in wage rates and the effect of inflation in Option Years are also covered in the coefficient when Economic Price Adjustment is not used. Coefficients proposed by Offerors are multiplied times the unit prices in the Unit Price book to price a job or project on individual orders. The Coefficient(s) proposed by the Offeror and accepted by the Government are incorporated into the JOC. Type of Contract: This will be a "Job Order Contract (JOC)" by means of a Firm Fixed Price (FFP) Indefinite Delivery - Indefinite Quantity Contract (IDIQ), which is awarded on the basis of Full and Open Competition. This type contract is used to execute sustainment, restoration and modernization projects at installation (post, camp, or station) level. The JOC includes a comprehensive collection of detailed repair, maintenance and minor construction task descriptions or specifications, units of measure and pre-established unit prices for each of these discrete tasks. Each project or job ordered under a JOC is normally comprised of a number of pre-described and pre-priced tasks. "Non-prepriced task or item" means a necessary, but incidental, part of a job or project ordered or to be ordered under a JOC that is not susceptible to unit pricing using the pre-priced tasks. In the Unit Price Book or data base incorporated in the JOC. The coefficient developed for a prepriced task or item must not be applied to a non-pre-priced task or item. "Unit Price Book" means the compilation of sustainment, restoration, and modernization tasks, associated units of measure and unit prices that are used in Job Order solicitation and JOC. JOC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in the coefficient(s). Period of Performance: Five (5) Years consisting of One (1) Base Year and Four (4) Each Option Years, with the Contract beginning from Notice to Proceed. Estimated Dollar Ranges: Total Contract Estimated Range- Between $25M and $100M (Stated Range IAW DFARS 236.204). Estimated Base Year Guaranteed Minimum Amount - $150,000; Each Option Year Guaranteed Minimum Amount - $75,000; Ceiling/Maximum Amount Per Year - $15.7M; Maximum Contract Not-To-Exceed Amount for Five (5) Years - $78.5 Million. Task Order Limitations: $500,000. Task Orders above $500,000 require Garrison Commander or appropriate level approval for a specific action. Under no circumstances may the statutory limitation of $750,000 for OMA-funded minor construction projects be exceeded. Required Surety: Performance and Payment Bonds are required and must be sufficient to cover the stated estimated annual maximum contract value. All costs associated with bonding shall be included in the coefficient. Required Country Registration: Firms must be registered to operate in the Kuwait and must abide by all State of Kuwait local laws in the performance of the resultant contract. Response Requirements: The herewith listed information shall be submitted to the following individuals: Nancy R. Aronhalt, Contract Specialist/Contracting Officer, E-Mail: Nancy.R.Aronhalt@usace.army.mil and Robyn Ratchford, Acquisition Specialist, E-Mail: Robyn.Ratchford@usace.army.mil. Submit the following information (1) Firm's name, address, point of contact, title, phone number, FAX number and e-mail address; (2) Firm's interest in proposing on the solicitation when it is issued; (3) Firm's capability to perform a contract of this magnitude and complexity of comparable work performed within the past 5 years; (4) Provide three examples of similar projects (similar scope of work of magnitude and complexity) that have been performed, to include customer name, contract number, contract description, timeliness of performance, customer satisfaction, and dollar value of the project; (5) Firm's small business category and Business Size (Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, 8(a) or MBCU/MI, WOSB); (6) Firm's Joint Venture information, if applicable; (7) Firm's Bonding Capability. Cover letters and extraneous materials (brochures, etc.) will not be considered. Disclaimer: This synopsis is for Market Research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Point of Contact: Questions concerning submissions shall be directed to Nancy R. Aronhalt and Robyn Ratchford, via the e-mail address indicated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA78/W912ER-11-R-0080/listing.html)
- Place of Performance
- Address: USACE Middle East District P.O. Box 2250, Winchester VA
- Zip Code: 22604-1450
- Zip Code: 22604-1450
- Record
- SN02407277-W 20110325/110323234257-cdab81d69b243550e003a0a6fc9a7332 (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 |