SOLICITATION NOTICE
Y -- Fiscal Year 2016 Germany, Belgium, and the Netherlands Job Order Contract
- Notice Date
- 1/21/2016
- 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-0023
- Archive Date
- 2/18/2016
- Point of Contact
- Anthony R. Melicharek,
- E-Mail Address
-
anthony.r.melicharek@usace.army.mil
(anthony.r.melicharek@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- W912GB-16-R-0023: Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Germany, Belgium, and the Netherlands 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2016 (FY16) Germany, Belgium, and the Netherlands JOC 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220, Commerical and Institutional Building Construction 4. CONTRACT SPECIALIST: Anthony Melicharek, anthony.r.melicharek@usace.army.mil 5. PLACE OF PERFORMANCE: Germany, Belgium, and the Netherlands (primarily USAG Rheinland Pfalz, USAG Wiesbaden, USAG Stuttgart, USAG Ansbach, USAG Bavaria, and USAG Benelux) 6. SOLICITATION NUMBER: W912GB-16-R-0023 7. DESCRIPTION: USACE NAU intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ JOC. The purpose of this acquisition is to provide a contract vehicle for real property repair, maintenance, environmental work, asbestos abatement, force protection work, and construction services in the areas identified below. The task orders will primarily address general building renovation, road and pavement repair, and general environmental work. This work includes, but is not limited to, incidental new minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, force protection, and environmental remedial work. Use of the JOC will provide the U.S. 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 and related overhead expenditures, as well as handle compressed schedules. 8. TYPE OF CONTRACT: FFP IDIQ contract where each project task order awarded under a JOC is normally comprised of a number of pre-described and pre-packaged tasks as described in each Task Order and the Unit Price Book. 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 (See FAR 19.000(b)). 10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the tradeoff process, resulting in a FFP contract award to a single offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors. 11. CONTRACT MAGNITUDE: The term of the resultant contracts will be limited to a base period of three years and two option periods of one year each. The contemplated capacity will not exceed $49,999,950.00 for the base and all option years. 12. SITE VISIT/PRE-PROPOSAL CONFERENCE: No site visit or pre-proposal conference is expected at this time. 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 8 February 2016. The Government intends to have proposals due on 11 March 2016 and award the contract in the Summer of 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: The minimum guarantee will be an annual $5,000.00 for the base and each option year. TASK ORDER LIMITATIONS: The minimum task order value will be $2,500.00 and the maximum task order value will be $1,250,000.00. 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 9 February 2016 to Contract Specialist Anthony Melicharek at anthony.r.melicharek@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. 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, Anthony Melicharek at anthony.r.melicharek@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-0023/listing.html)
- Record
- SN03998278-W 20160123/160121235054-271aa94f61f3595fd27076674a7a5b6c (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 |