Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOURCES SOUGHT

Y -- FY21 SCIF Construction MATOC

Notice Date
11/19/2020 12:42:21 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SD FEST NAU1 EUROPE APO AE 09096 USA
 
ZIP Code
09096
 
Solicitation Number
W912GB21X0001
 
Response Due
12/3/2020 1:00:00 AM
 
Archive Date
12/18/2020
 
Point of Contact
Candace C. Lotomau, LTC Christian H. Solinsky
 
E-Mail Address
Candace.C.Lotomau@usace.army.mil, christian.h.solinsky@usace.army.mil
(Candace.C.Lotomau@usace.army.mil, christian.h.solinsky@usace.army.mil)
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** Sources Sought Announcement for Two-Phase Design-Build (DB) and Design-Bid-Build (DBB) Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Sensitive Compartmented Information Facility (SCIF) Construction within the countries of the European Union ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME or JOINT VENTURE) ARE ELIGIBLE FOR AWARD. 1. ANTICIPATED PROJECT TITLE: �FY21 SCIF Construction MATOC 2. ACQUISITION INFORMATION:� NAU anticipates soliciting and awarding indefinite quantity (IDIQ) Multiple-Award Task Order Contract (MATOC) Construction contracts to be procured in accordance with Federal Acquisition Regulation (FAR) Part 15 Contracting by Negotiation and FAR Part 36, Construction and Architect Engineer Contracts. �No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests. Performance Period: �The contracts will include a base period of five (5) years. Estimated Value of the Contract: The estimated contract value is not to exceed $97 million. The Task Order range is a minimum task order value of $50,000 to $30 million. The Government reserves the right to change anticipated task order limits. 3. PROJECT DESCRIPTION: The U.S. Army Corps of Engineers, Europe District (NAU) has a mission to provide design and Sensitive Compartmented Information Facility (SCIF) construction to support the US Army, Joint Forces, and any work associated in direct support of the US Government. The SCIF Construction MATOC is for design-bid-build and design-build construction projects throughout Europe. These requirements are often time-critical and of a highly sensitive nature. The purpose of this NAU Indefinite Delivery Indefinite Quantity (IDIQ) MATOC is to provide SCIF construction, real property repair and maintenance, associated environmental work, and force protection work throughout Europe. Use of the MATOC will provide the 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 design effort and related overhead expenditures, as well as handle compressed schedules. Task Orders will primarily address new design-build or design-bid-build construction, building renovation, associated environmental work including, but not limited to, excavation, plumbing, demolition, electrical, structural, mechanical, and concrete work for SCIFs. Contract awards are anticipated for US Forces and/or Facilities throughout Europe. USACE Europe District intends to solicit competitive proposals in accordance with FAR 6.1 Full and Open Competition. Additionally, this acquisition will be based on competition among all United States firms or US Joint Ventures responding to the solicitation, which will be issued to qualified firms that meet or have the ability to obtain Facility Clearance (FCL) IAW the requirement as set forth by the Defense Security Service. The offeror will be required to have a valid FCL or have the ability to obtain FCL, pursuant to Defense information Systems Agency Industrial Security program & DD Form 254, Contract Security Classification Specification Implementation Guide, in conjunction with DOD 5220.22-R, Industrial Security Regulation (ISR) and DOD 5220.22-M, National industrial Security Program Operation manual (NISPOM). The Contracts will be awarded only to U.S. Firms and paid in U.S. ($) dollars. If the Offeror wishes to perform some of the work using subcontractors (subject to the 25% prime contractor work requirement stated in FAR 52.236-1, Performance of Work by the Contractor), the prime contractor may use subcontractors subject to the vetting and approval of subcontractors by the Accrediting Official. Restrictions on non-U.S. subcontractors and labor may apply on a task order by task order basis. In addition, offerors are advised that workers and subcontractors from countries identified as critical for Technical or Human Intelligence threat, or listed on the DOS Prohibited Countries matrix may not be approved. Accordingly, subcontractors will be submitted and approved on a task order by task order basis. Once approved, the contractor may not change subcontractors without the Contracting Officer's approval. Approval will not be given unless the Contracting Officer, in the exercise of his/her sole discretion, considers the proposed substitute to be equal or better in all respects to the originally proposed subcontractor and the contracting officer considers the substitution to be in the best interests of the Government. Solicitation: The intended solicitation will consist of a two-phase design-build selection procedures in accordance with FAR 36.3 Two Phase Design Build Selection Procedures. 4. SOURCES SOUGHT: The purpose of this sources sought is to gain knowledge of interest, capabilities and qualifications of firms who have the capabilities to complete and perform contracts 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. 5. RESPONSES: The Capabilities Statement for this sources sought 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. 6. SUBMISSIONS: Offerors response to this Sources Sought shall be limited to 7 pages and shall include the following information:� Capability Statements should include: Firm�s Name, address(es), English speaking point of contact, phone number and e-mail address Firm�s interest in proposing on the solicitation when it is issued Firm�s Cage Code and DUNS number, facility clearance currently obtained (if applicable) Firm�s capability to perform contract(s) of this magnitude, complexity and experience managing multiple projects simultaneously.� Offerors shall provide at least three (3) examples and include: Firm�s capability to execute comparable work performed within the past 5 years Brief description of the project Customer name Timeliness of performance Customer satisfaction Dollar value of the project Firm�s Joint Venture information or Teaming Arrangements (if applicable) Firm�s Bonding Capability (maximum dollar value) Firm�s ability to work in multiple countries throughout Europe (list the countries) 7. �RESPONSES DUE: All interested contractors should submit responses via email by 3 December 2020 by 1000 hours Central European Time. Submit responses and information to Candace.c.lotomau@usace.army.mil and Christian.Solinsky@usace.army.mil ��No hard copies will be accepted. 8. ANTICIPATED PUBLIC ANNOUNCEMENT & AWARD: Should the acquisition proceed, USACE NAU anticipates posting the solicitations in December 2020 and award of the contract(s) in June 2021. 9. QUESTIONS: Questions regarding this Sources Sought Announcement may be directed to the Contract Specialist at Candace.C.Lotomau@usace.army.mil�� *****This announcement seeks information from industry which will be used for preliminary planning purposes. 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.******
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c524235f5e014a39a77ffcfe82e6df15/view)
 
Place of Performance
Address: DEU
Country: DEU
 
Record
SN05857451-F 20201121/201119230228 (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.