SOURCES SOUGHT
Z -- D-B Africa First IDIQ Multiple Award Construction Contract (MACC), Djibouti, Africa
- Notice Date
- 1/26/2022 2:34:31 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEEERING CMD EUR SWA FPO AE 09622-0051 USA
- ZIP Code
- 09622-0051
- Solicitation Number
- N3319122R4007
- Response Due
- 2/10/2022 7:00:00 AM
- Point of Contact
- Teresa Smith, Phone: +390815687744
- E-Mail Address
-
teresa.smith@eu.navy.mil
(teresa.smith@eu.navy.mil)
- Description
- Product Service Code:� Z2AZ NAICS Code: 236220 NAVFAC EURAFCENT PSC 817 BOX 51 FPO AE 09622 RFP No. N3319122R4007- Africa First Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), Djibouti Contact Point:� Teresa Smith, Contract Specialist (081) 568-7744, e-mail: teresa.smith@eu.navy.mil. This notice is a Sources Sought notice only; this is not a request for proposal, request for quote, or an invitation for bid. There will not be a solicitation, specifications, or drawings available at this time. The Naval Facilities Engineering Systems Command Europe Africa Central (NAVFAC EURAFCENT), Naples, Italy, plans to issue a Two Phase Best Value Solicitation that will result in approximately five (5) Indefinite Delivery/Indefinite Quantity (IDIQ) �Multiple Award Construction Contracts (MACC) for renovation or repair, and demolition of Administration Buildings, Community Buildings, Recreational Facilities, Containerized Living Units (CLUs), and other Infrastructure (utility installation) primarily located at Camp Lemonier and various locations throughout Djibouti, but the Government reserves the right to issue task orders in other areas throughout the continent. Architect-Engineering and Engineering Services that may be required under this contract to include the preparation of plans, specifications, cost estimates, related studies, surveying soil borings, hazardous materials identification, and other associated engineering services such as, as-built drawing preparation, Operation and Maintenance Support Information (OMSI), commissioning, and construction inspection and engineering consultation services during construction. The MACC will provide the design (as applicable in design-build), construction, supervision, equipment, materials, labor, and all means necessary to provide complete and useable facilities. This contract will require the ability to manage multiple task orders concurrently. This procurement will restrict competition to products or services within the Africa First Program. The U.S. Embassy in Djibouti, Africa maintains the list of companies which have been determined as eligible for a contracting preference under the U.S. Government�s Africa First legislation. Prospective offerors must be included as an eligible company on the U.S. Embassy Djibouti list by the date and time of receipt of offers to be considered eligible to compete. Any questions concerning Africa First legislation and qualifying as a certified Africa First contractor should be directed to DjiboutiCommerce@state.gov. The contract period of performance is anticipated to consist of a 12-month base period and four (4) potential 12-month option periods for a total maximum duration of 60 months.� The estimated maximum dollar value, including the base period and all option periods, for all contracts combined is $98,000,000. There is no yearly or per-contractor limit except for the five-year maximum. Task orders will typically range between $5,000 and $500,000, however, task orders above these amounts may be considered if deemed to be in the Government�s best interest. Task orders will mainly be for construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum of $1,000 is guaranteed to be ordered from each awardee under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. There are no additional minimum guarantees obligated for each option year. The solicitation as well as all notices/amendments related to the solicitation will be posted to the Opportunities websites at https://www.sam.gov.� Hard copies of the solicitation will not be provided.� All offerors must be registered in the System for Award Management (SAM) database (https://www.sam.gov) to be considered for award of any United States of America, Department of Defense contract. All offerors must have a Commercial and Government Entity (CAGE) Code (U.S. firms) or a NATO Commercial and Governmental entity (NCAGE) Code (foreign firms). The registration is also through the SAM database at https://www.sam.gov. In order to register in SAM, offerors must have a Dun and Bradstreet (DUNS) Number, located at https://www.dnb.com/duns-number.html. It is highly encouraged for prospective offerors to begin the SAM registration process as early as possible. It is requested that interested businesses submit a capabilities statement package to include the NAVFAC Sources Sought Contractor Information Form, Project Information Form, and the Excel matrix, which are all provided as attachments to this notice, in order to demonstrate the ability to perform the services described above. Please submit a minimum of three (3) and a maximum of five (5) relevant construction projects completed in the past eight (8) years that best demonstrate your experience on projects that are similar in size, scope and complexity to the projects proposed for this MACC.� Please submit the requested documents to Teresa Smith at teresa.smith@eu.navy.mil no later than 10 February 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/051cbbefbc5b43e6960f0c49ac3b2431/view)
- Place of Performance
- Address: DJI
- Country: DJI
- Country: DJI
- Record
- SN06225789-F 20220128/220126230110 (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 |