Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2015 FBO #4855
SOURCES SOUGHT

Y -- Sources Sought for IDIQ MATOC The U.S. Army Corps of Engineers Europe District, Wiesbaden, Germany

Notice Date
3/9/2015
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Europe, CMR 410 BOX 7, APO, AE 09096
 
ZIP Code
09096
 
Solicitation Number
W912GB-15-X-0004
 
Response Due
3/16/2015
 
Archive Date
5/8/2015
 
Point of Contact
Jefferey Ball, 49061197442619
 
E-Mail Address
USACE District, Europe
(jefferey.a.ball@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
a. This is a Sources Sought Synopsis announcement for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is not a solicitation or a Request for Proposal (RFP) and no contract shall be awarded from this synopsis. The U.S. Army Corps of Engineers Europe District (CENAU) anticipates the issuance of a Two Phase Design-Build RFP and the award of a Firm Fixed Price (FFP) Multiple Award Task Order Contract (MATOC) for Geographic Regions within European countries. Responses are desired from US firms able to obtain Defense Security Service Facility Clearance and secret clearances for key personnel such as the Project Manager and the Site Security Manager who can demonstrate recent and relevant experience and past performance in design/construction in Europe, but expressions of interests will be accepted from all interested parties. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. b. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of interested construction firms who have the capabilities to perform a contract of this magnitude, and to address any questions, recommendations or concerns from Industry. c. Description of Project: The general scope of work includes, but is not limited to, projects with unique security needs for their general construction; design-build; design-bid-build, site adapt; repair and renovation; miscellaneous civil work, including drainage structures, sewer systems, sanitation, systems, water systems; and installation of electrical and communication systems; new construction of buildings or administration type structures; electrical and mechanical work. Project work will include compliance with applicable Anti-Terrorism Force Protection (ATFP) and ICD 705 Security Standards for various construction type projects. Work will require contractors to obtain a Defense Security Service Facility Clearance and will require Secret clearances for key personnel such as the Project Manager and the Site Security Manager. Work will include creation and management of classified information contained in the construction security plan and may require cleared American labor. Project work may also include, but is not limited to: document compilation, oversight, surveillance, secured shipping and related logistics requirements, and escort of host-nation local national and/or non-cleared personnel as required, to support successful accreditation of secured facilities. The Contractor shall coordinate with the Contracting Officer Representative (COR) and **Customer** for delivery of direct deliveries to the Secure Storage Area (SSA) on the construction site. The Contractor is responsible for obtaining all permits, environmental permits, licenses, approvals, and/or certificates necessary to accomplish the work specified in individual task orders. The Contractor shall notify the Contracting Officer (KO) or representative of any delay occurring in obtaining the necessary permits or approvals immediately following the discovery of a delay. It is the Contractor's responsibility to identify and comply with all applicable requirements which will be stated in each individual task order. Applicable documents may include, but are not limited to: Unified Facility Criteria (UFC), International Building Code (IBC), National Fire Protection Association (NFPA), and the National Electric Code (NEC), AR 380-5 Information Security, AR 380-67 Personnel Security, AR530-1 Operations Security, and AR 190-13. The Contractor shall have the knowledge and background to classify documents using the Security Classification Guidelines. All personnel performing work under this contract must comply with all applicable Federal, Department of Defense (DoD) directives, instructions and standard operating procedures (SOP) accessing and handling information as part of this contract. Work required under this contract shall occur in Top Secret cleared space and design documents will be classified SECRET. At a minimum, contractor personnel as identified below shall possess and maintain an appropriate security clearance from the Defense Industrial Security Clearance Office/Defense Security Service for the period of performance. Contractor firms requiring access to classified information will have approved storage capabilities as required by the Government. Storage of classified project material at any site overseas, other than the installation, the construction site, and the SSA is PROHIBITED. Contractor personnel at all levels will be required to attend special security briefings/rebriefings/debriefings concerning the reporting requirements of unusual incidents/activities/information relating to project security. The contractor will be responsible for key control at the project site, such loss of control either observed or suspected by Contracting Officer's Technical Representative (COTR) will result in a requirement to change locks involved, at the Contractor's expense. The Government reserves the right to an unlimited right to conduct security-related inspections of work/materials/equipment/temporary facilities at the project site at any time. Restricted items on project sites include: a. Firearms or other weapons, except as authorized by the SSM b. Electronic and communication devices, including radios, recorders, transmitters, receivers, and similar devices; except for authorized use approved by the COTR. c. Drugs, including narcotics, barbiturates, marijuana, alcoholic beverages, and similar substances; except for use with a valid medical prescription. d. Parking of automobiles and similar transportation units. e. Explosives; except with written prior authorization from the COTR. f. Photographic equipment; no photographic equipment is allowed. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. e. Performance Period: Performance Period: A base period of one (1) year and four (4) option periods of one year each. f. Maximum Contract Value: $49,995,000.00 for the life of the contract with an estimated annual amount of $9,999,000.00. g. Minimum Gaurantee: The minimum guarantee amount is $5,000.00 of work in consideration for all years of the contract. h. Task Order Limitations: The minimum task order is $20,000.00 and the maximum task order is limited to $9,000,000.00. All task orders will be awarded and invoices paid in Euros. i. Bank Letter of Guarantee and Letter of Assurance: The Bank Letter of assurance shall be $1,000,000.00. The Bank Letters of Guarantee will be provided per task order. Solicitation: The project solicitation will require a Facility Clearance (FCL) based on the procedure and evaluation criteria set forth: a. The RFP will include a statement of work, standards, and criteria that set out the contract scope, reference specifications, codes and standards and security requirements. b. In accordance with Federal Acquisition Regulation (FAR) guidance, the prime contractor shall have the capability to perform at least 30 percent of the contract work with his/her own employees (to be determined in the solicitation) c. Award will be based on overall Best Value to the Government using the Trade-off process. d. Anticipated solicitation issuance date is 2nd Quarter Fiscal Year 2016 (2QFY16). The anticipated proposal due date for Phase I Technical Proposals will be 30 days after the issuance of the Phase I RFP. The anticipated due date for Phase II Price Proposals will be 30 days after the issuance of the Phase II RFP e. Offerors response to this Synopsis 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 names, address, point of contact, phone number, and e-mail address. Offeror's Cage Code and DUNS number. Offeror's interest in bidding on the solicitation when it is issued. Offeror's capability to perform a projects between $2M and $10M, renovation or new construction to include upgrade or replacement of major systems (include offeror's in-house capability to execute construction, comparable work performed within the past six (6) years, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) provide at least 3 examples. Offeror's experience working with any projects involving Secret Security Clearance for vertical or horizontal construction between $2M and $10M. Offeror's experience working in European Countries on secure contracts. Offeror's Joint Venture information if applicable - existing and potential. Offeror's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars.) Interested Offerors shall respond to this Sources Sought/Market Survey Synopsis no later than 1600 hrs (CET) 16 March 2015. All interested contractors must be registered in SAM (www.sam.gov) to be eligible for award of Government contracts. Email responses to: jefferey.a.ball@usace.army.mil. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard: N/A CT Point of Contact: Jefferey Ball Contract Specialist US Army Corps of Engineers, Europe District Tel +49-(0)611-9744-2660 jefferey.a.ball@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-15-X-0004/listing.html)
 
Place of Performance
Address: USACE District, Europe CMR 410 BOX 7, APO AE
Zip Code: 09096
 
Record
SN03662563-W 20150311/150309235852-994f1a514eb94f4deafb044ff72691e3 (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.