Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOLICITATION NOTICE

Z -- D-B Renovate Falesti Kindergarten, Falesti, Moldova

Notice Date
2/5/2020 6:42:58 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEEERING CMD EUR SWA FPO AE 09622 USA
 
ZIP Code
09622
 
Solicitation Number
N3319120R4022
 
Response Due
3/30/2020 5:00:00 AM
 
Archive Date
05/10/2020
 
Point of Contact
Teresa Smith, Phone: 003908156877744, Sabrina M. Wenning, Phone: 00390815686211
 
E-Mail Address
teresa.smith@eu.navy.mil, sabrina.wenning@eu.navy.mil
(teresa.smith@eu.navy.mil, sabrina.wenning@eu.navy.mil)
 
Description
N3319120R4022 D-B RENOVATE FALESTI KINDERGARTEN, FALESTI, MOLDOVA Contact Point:� Teresa C. Smith, Contract Specialist 0039 0815687744, e-mail: teresa.smith@eu.navy.mil This is a Pre-solicitation notice only. This is not a request for proposal (RFP), there is not a solicitation or specifications available at this time. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Europe Africa Central (NAVFAC EURAFCENT), implied or otherwise, to issue a solicitation or ultimately award a contract. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. ********************************************************************************************************************** Project Description This project includes renovation of Falesti Kindergarten, Falesti, Moldova. The work is broken down into three Contract Line Items (CLINs) as follows: CLIN 0001: (Base Bid) D-B Renovate Falesti Kindergarten to include the following Demolition of classroom block Construct concrete slab with utility basement Facade repairs including canopies, emergency escape and wooden windows or metal doors Thermal insulation on the fa�ade Renovation of classroom block � CLIN 0002: (Option 1) D-B Construction to include an entrance lobby, large play room, kitchenette, sleeping area and bathroom. � CLIN 0003: (Option 1) D-B Construct new pavement and erect exterior canopy. � ************************************************************************************************************ � In accordance with FAR 36.204, the magnitude of this project is expected to be between $250,000 and $500,000. � ************************************************************************************************************* �This is a new procurement, it does not replace an existing contract. No prior contract information exists.� ************************************************************************************************************ Offerors may view and/or download the solicitation at https://beta.sam.gov (formerly Federal Business Opportunities (FedBizOpps), www.fbo.gov). The solicitation is available in electronic format only. �Hard copies of the solicitation will not be provided. All notices/amendments related to the solicitation will be posted to https://beta.sam.gov. � **************************************************************** � The information provided below is to alert the prospective offeror to items which may take some time to process and therefore it is recommended that a firm that intends to submit a proposal start the process at this time. � The Government requires an offeror to have a current (active) Data Universal Numbering System Number (DUNS), NATO Commercial and Governmental Entity (NCAGE) Code, and active registration in the System for Award Management (SAM).� The NCAGE code and DUNS number must be included on the proposals. It is the responsibility of the offeror to comply and register. Data Universal Numbering System (DUNS) (http://fedgov.dnb.com/webform) NATO Commercial and Governmental Entity (NCAGE) Code (https://eportal.nspa.nato.int/AC135Public/scage/CageList.aspx) System for Award Management (SAM). (https://www.sam.gov/SAM/) JOINT VENTURE REQUIREMENTS Joint Venture (JV) offerors shall provide with their proposal a notarized legal document that establishes the JV. The JV Agreement shall take effect upon the submission of the proposal and remain irrevocable until one (1) year after the work has been finally inspected and accepted by the Government.� Submission of the notarized legal document that establishes the JV shall be furnished with the proposal in its original language version along with a certified English translation of the notarized JV document. The Joint Venture must be formed and valid at the time of submission of the proposal. The offeror must include the NCAGE code and DUNS number of the JV on their proposal.� The validated notarized legal document must include language that each member of the JV will be jointly and severally liable for the performance of the whole contract and will be incorporated into the contract award if award is made to the JV. (a) Name of firms that form the Joint Venture and the name of the Joint Venture (b) Name and title of the corporate officials signing in behalf of each party (c) Solicitation number (d) Description of the responsibilities in terms of work category for each partner (e) The statement ""The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government.� (f) Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party. (g) Statement under oath stating that the Joint Venture(JV) is in compliance at the time of proposal submission with all applicable laws, rules, and regulations.� This statement must be signed under oath by all members comprising the Joint Venture. The U.S. Government reserves the right to review the actual JV Agreement to determine its basis and compliance with the applicable laws. Any internal agreements affecting the internal composition of the existing JV and its potential liabilities in relation to the contract (bonds, insurance, etc.) will be sent to the Contracting Officer to provide notice of the same. Any change in the composition of the JV will require the JV to formally request a Novation Agreement in accordance with FAR 42.12, which will be approved/disapproved at the discretion of the Contracting Officer. CERTIFICATIONS, LICENSES, PERMITS, FEES, ETC. Offerors are responsible for acquiring any required professional certifications (licensing) as required by the country the work will be performed in.�� Offerors shall be responsible for determining and paying all fees associated with, and obtaining any required permits for proposed projects including, but not necessarily limited to permits for onsite and off-site hauling, demolition/disposal, storm water discharge, construction activity, temporary utilities, road improvements, communications, etc.� Offerors are responsible for complying with environmental laws, regulations and requirements. All coordination with the local, regional, national authorities is the responsibility of the offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c3c0e844c7464017b4f2c13588f5bd79/view)
 
Place of Performance
Address: Falesti, MDA
Country: MDA
 
Record
SN05552706-F 20200207/200205230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.