SOLICITATION NOTICE
Y -- Albania Multiple Award Task Order Contract (MATOC)
- Notice Date
- 1/7/2013
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
- ZIP Code
- 09096
- Solicitation Number
- W912GB-13-R-0005
- Response Due
- 3/4/2013
- Archive Date
- 3/8/2013
- Point of Contact
- Christine Dye, 0611-9744-2024
- E-Mail Address
-
USACE District, Europe
(christine.m.dye@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This pre-solicitation notice provides the U.S. Army Corps of Engineers Europe District's (USACE EUD) intent to award two (2) or more firm-fixed-priced (FFP), indefinite-delivery indefinite-quantity (IDIQ) multiple award task order contracts (MATOC) for the purpose of providing real property repair and maintenance, design-build, environmental, force protection, and construction services throughout Albania. The use of the MATOC will provide the Government with a construction product delivery method that can accommodate quick and straight-forward projects, as well as some small but complex projects, and can help minimize design effort and related overhead expenditures, as well as handle compressed schedules. The Government will evaluate and select, for contract award, two (2) or more qualified Offerors, whose proposals are determined to be the most beneficial to the Government, with consideration given to both the technical evaluation factors and price. Task orders will primarily address new construction, 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, and environmental remedial work. Project work may also include force protection and design-build for various construction type projects. Two (2) or more contract awards under this solicitation are anticipated. This solicitation will cover the geographical area of Albania; however, up to 15% of project work may be performed outside of the geographical area of consideration, including other countries for work that is within the scope of the contract. This procurement is being advertised on an unrestricted basis, inviting full and open competition. In accordance with Federal Acquisition Regulation (FAR) 36.3, Two-Phase Design-Build Selection Procedures, a two-phase source selection process will be used to evaluate Offerors for award. Those Offerors who are considered most qualified during Phase I (not to exceed five (5) Offerors) will be requested to submit the proposal requirements for Phase II. Specific evaluation criteria will be provided in the solicitation documents. The maximum contract value shall not exceed US $10,000,000.00 (estimated to be US $2,000,000.00 per year) for the life of the contract, which consists of one (1) base 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 $10,000,000.00 capacity. Individual projects issued under the MATOC will contain their own estimated values. There will be no limits on the number of task orders awarded/issued in any year; however, the minimum amount per task order is anticipated to be US $50,000.00 and the maximum is anticipated not to exceed US $5,000,000.00. The minimum guarantee shall be US $5,000.00. This amount shall cover the duration of the entire contract (all base and option periods). The North American Industrial Classification System Code (NAICS) is 236220. The Government will post this synopsis, the solicitation, and all subsequent amendments through the Army Single Face to Industry (ASFI) Acquisition Business website to the government-wide point of entry (GPE) Federal Business Opportunities (FedBizOpps) website at http://www.fbo.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. The solicitation will be issued on or about 23 January 2013. 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 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. 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. Contractors may call 1-866-606-8220 or visit the website http://www.sam.gov for more information. 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. The USACE EUD Contracting Office will be the sole point of contact (POC) for this solicitation. The points of contact for this solicitation are as follows: Contract Specialist, Ms. Christine Dye (Primary POC) Email Address: christine.m.dye@usace.army.mil Telephone No: +49(0)611 9744-2024 Contracting Officer, Mr. Jeffrey Harrington Email Address: jeffrey.j.harrington@usace.army.mil Telephone No: +49(0)611 9744-2660
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-13-R-0005/listing.html)
- Place of Performance
- Address: USACE District, Europe CMR 410 BOX 7 APO AE
- Zip Code: 09096
- Zip Code: 09096
- Record
- SN02960546-W 20130109/130107234457-30a728bd6fa68d1bb9dcfbac85413ad8 (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 |