Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2018 FBO #6181
SOLICITATION NOTICE

Y -- FY19 Albania/Kosovo MATOC

Notice Date
10/24/2018
 
Notice Type
Combined Synopsis/Solicitation
 
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-19-R-0014
 
Point of Contact
Dean P Deford, , Kristina Morrow,
 
E-Mail Address
dean.p.deford@usace.army.mil, Kristina.Morrow@usace.army.mil
(dean.p.deford@usace.army.mil, Kristina.Morrow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement seeks information from industry which will be used for preliminary planning purposes and as a Sources Sought/Pre-Solicitation Notice. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 1. AGENCY: United States Army Corps of Engineers (USACE) Europe District (NAU) 2. NAICS: 236220, Commercial and Institutional Building Construction 3. PLACE OF PERFORMANCE: Albania and Kosovo. 4. ACQUISITION INFORMATION: USACE Europe District intends to solicit and award an ID/IQ Two Phase Design/Build (D/B) and Design-Bid-Build MATOC Construction Contract. The purpose of this acquisition is to provide a MATOC through which task orders will be issued to perform primarily design-build and/or design-bid-build for new construction, repair, and/or renovation of commercial and institutional buildings throughout Albania and Kosovo. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Solicitation Number: W912GB-19-R-0014 The estimated total contract price for the five (5) year ordering period is $15,000,000. Task order range is estimated between $50,000 and $3,000,000. Performance Period: One (1) five (5) year ordering period. Small and Small Disadvantaged Business requirements are waived for this project due to its location in Europe. 5. PROJECT DESCRIPTION: Task Orders will primarily address new construction, design-build, 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 work, and environmental remediation work. Task Order awards are anticipated for any work for US Forces and/or Facilities within Kosovo & Albania. 6. SOURCES SOUGHT: The purpose of this sources sought/pre-solicitation notice is to gain knowledge of interest, capabilities and qualifications of construction firms who have the capabilities to complete and perform 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. 7. RESPONSES: The Capabilities Statement for this sources sought/pre-solicitation notice 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. Respondents will not be notified of the results of the evaluation. 8. 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. • Bonding Capacity: Provide your suretys name, your maximum bonding capacity per project, and your aggregate maximum bonding capacity. • Offerors shall submit a minimum of three (3) 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 at minimum, two design/build projects over $500,000 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. o identify the name and address of the A-E firm used to provide design or specify if design was performed in-house. Identify your working relationship with the design firm (i.e., number of years working together). • Offeror's Joint Venture information or Teaming Arrangements o Include Cage Code or System for Award Management (SAM) information/registration, if available • Please identify any locations within Albania or Kosovo that you are unwilling or capable of working in. 9. SOLICITATION: The Government will post the solicitation, and all subsequent amendments through the Government -Wide Point of Entry (GPE) Federal Business Opportunities (FedBizOpps) Web Site www.fbo.gov. It is the Offeror's sole responsibility to obtain this solicitation and any subsequent amendments through the FBO.gov website. Offerors are encouraged to visit this web site and become familiar with its content and functionality prior to the solicitation issue date. Prospective Offerors must provide all information necessary to receive posting notifications. Anticipated Solicitation release is 15 Nov 2018. 10. PRE-PROPOSAL CONFERENCE: A Pre-Proposal conference is tentatively scheduled to be held in late November or early December 2018 in Tirana, Albania. Once scheduled, more information will be posted via FBO.GOV and in the solicitation. 11. RESPONSES DUE: All interested contractors should submit responses via email by 14:00 hours Central European Time on 07 November 2018. Submit responses and information to Contract Specialist Dean DeFord at dean.p.deford@usace.army.mil. No hard copies will be accepted. 12. QUESTIONS: Questions regarding this Sources Sought/Pre-Solicitation notice may be directed to Contract Specialist Dean DeFord at dean.p.deford@usace.army.mil and Contracting Officer Kristina Morrow at Kristina.morrow@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA90/W912GB-19-R-0014/listing.html)
 
Record
SN05133960-W 20181026/181024230839-b073716ffc15016370e53341e52ce49f (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.