Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2020 SAM #6653
SOLICITATION NOTICE

C -- SRM IDIQ Construction SATOC

Notice Date
2/14/2020 5:02:33 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIST AFGHANISTAN NORTH APO AE 09354 USA
 
ZIP Code
09354
 
Solicitation Number
W5J9JE19R0002
 
Response Due
2/22/2020 4:00:00 AM
 
Archive Date
03/08/2020
 
Point of Contact
Michael W. Hughes, Ryan Gregory
 
E-Mail Address
michael.w.hughes@usace.army.mil, ryan.k.gregory@usace.army.mil
(michael.w.hughes@usace.army.mil, ryan.k.gregory@usace.army.mil)
 
Description
SOLICITATION NOTICE W5J9JE-19-R-0002 1.� PROJECT TITLE: �Sustainment, Restoration, Modernization, (SRM) Single Award Task Order Contract (SATOC), Indefinite-Delivery Indefinite Quantity (IDIQ) for Design Build (DB) and Design-Bid-Build (DBB) Construction and Repair, Afghanistan 2. AGENCY: U.S. Army Corps of Engineers, Afghanistan District 3. NAICS: 236220 Commercial and Institutional Buildings 4. CONTRACT SPECIALIST: Mr. Ryan Gregory at ryan.k.gregory@usace.army.mil 5. CONTRACTING OFFICER: Mr. Robert Wood at robert.a.wood@usace.army.mil 6. PLACE OF PERFORMANCE: U.S. and Coalition Installations, Afghanistan 7. PERIOD OF PERFORMANCE: Base Period of two (2) years and three (3) one (1) year option periods for a total potential period of performance of five (5) years 8. CONTRACT CAPACITY: The total contract capacity of the SATOC will be $98,000,000.00 over the life of the contract. 9. SOLICITATION NUMBER: W5J9JE-19-R-0002 10. DESCRIPTION: �The United States Army Corps of Engineers (USACE) Afghanistan District (TAA) has continuing requirements to provide construction services and SRM construction services in support of United States Forces � Afghanistan (USFOR-A) operations located on DoD and/or coalition installations within the Combined Joint Operations Area � Afghanistan (CJOA-A). In order to provide relevant and responsive support to USFOR-A through the efficient and effective execution of construction and SRM programs, USACE TAA intends to contract for one (1) IDIQ SATOC for DB and DBB SRM construction services on US and coalition installations within Afghanistan. It is the Government�s intention to have a seed project as part of its 11. TYPE OF CONTRACT: This solicitation will be for award of one (1) IDIQ SATOC for DB and DBB construction services. 12. 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. 13. SPECIAL NOTICE: System for Award Management (SAM) Please take notice that the System for Award Management (SAM, www.sam.gov) has a new entity registration requirement that firms submit an ""original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated."" This applies to all new entity registrations and all entity registration renewals, effective 29 April 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/samupdate. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. NOTE: the instructions are different for domestic (U.S. based) and international (not U.S. based) firms. Offerors are reminded that the solicitation will include the provision FAR 52.204-7 SAM, and the resulting award will include either the clause FAR 52.204-13 SAM Maintenance or 52.212-4 Contract Terms and Conditions--Commercial Items. These provisions/clauses require all contractors to register and maintain an active SAM entity registration in order to be eligible for contract awards, as prescribed by the regulation at FAR Subpart 4.11. In order to be eligible for the contract award resulting from the solicitation, Offerors are advised to take immediate action to ensure your SAM entity registration is current and/or will be current at the time of proposal receipt by this contracting office. Instructions for domestic entities (located in the U.S. or its outlying areas): https://fsd.gov/fsd-gov/answer.do?sysparm_kbid=d2e67885db0d5f00b3257d321f96194b&sysparm_search=kb0013183 � Instructions for international entities (not located in the U.S. or its outlying areas): https://www.fsd.gov/fsd-gov/answer.do?sysparm_kbid=dbf8053adb119344d71272131f961946&sysparm_search=KB0013221 � 14. SOLICITATION WEBSITES: FEDERAL BUSINES OPPORTUNITIES: Notification of the solicitation's availability will be posted via Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov. SYSTEM FOR AWARD MANAGEMENT: Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award. AMRDEC: All prospective contractors must submit their proposals via U.S. Army Aviation and Missile Research Development and Engineering Center for Safe Access File Exchange (AMRDEC SAFE) https://safe.amrdec.army.mil.safe. �Instructions will be provided in the solicitation. � 15. REQUIRED REGISTRATIONS: Failure to have an active and completed registration in any one of the following databases may determine an offeror ineligible for award and removed from competition. A successful offeror with incomplete or expired registrations at the time of award may not be eligible for a contract. In such instances, the Government will award to the next successful offeror who is eligible for award. The Government reserves the right to determine an offeror non?responsible at any time after receipt of proposal if the offeror is found to be ineligible for installation access in accordance with CENTCOM Clause 5152.225?5916, Mandatory Eligibility for Installation Access. Information contained within an offeror�s registration must be current and valid. The responsibility of maintaining current information and an acceptable status contained in an offeror�s registration rests solely on the offeror. Joint Contingency Contracting System (JCCS): https://www.jccs.gov/ Still valid Afghan Investment Support Agency (AISA) License will be accepted: http://www.aisa.org.af/ or newly acquired Ministry of Commerce and Industries (MOCI) Entrepreneurial License http://moci.gov.af/. � If an offeror is a joint venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. This is applicable to SAM, JCCS, and AISA and MOCI. The Government will not accept separate registrations and licenses for each separate entity representing the JV. An offeror�s subcontractors are required to be registered and active in JCCS. In accordance with CENTCOM Clause 5152.225?5916, Mandatory Eligibility for Installation Access, offerors are required to submit a listing of all proposed subcontractors, at all tiers, to the contracting officer with the submission of their proposal, and provide updates during the life of the contract when subcontractors are added or removed. If no subcontractors are expected to perform during the life of the contract, a bidder must submit a negative response to the contracting officer within its proposal. Subcontractors at every tier are held to the same installation access requirements, as noted above, as prime contractors. 16. 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. 17. POINT-OF-CONTACT: The USACE TAA Contracting Office will be the sole point-of-contact for this solicitation. The Primary Points of Contact for this solicitation are Contract Specialist Mr. Ryan Gregory at ryan.k.gregory@usace.army.mil and Contract Specialist Mr. Michael Hughes at michael.w.hughes@usace.army.mil and the Secondary Point of Contact is Contracting Officer Mr. Robert Wood at robert.a.wood@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7734393904d84f988ae53ba597395a3e/view)
 
Place of Performance
Address: AFG
Country: AFG
 
Record
SN05562700-F 20200216/200214230148 (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.