Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Germany East, Belgium, and the Netherlands

expired opportunity(Expired)
From: Federal Government(Federal)
W912GB-17-R-0019

Basic Details

started - 30 May, 2017 (about 7 years ago)

Start Date

30 May, 2017 (about 7 years ago)
due - 07 Jun, 2017 (about 6 years ago)

Due Date

07 Jun, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
W912GB-17-R-0019

Identifier

W912GB-17-R-0019
Department of the Army

Customer / Agency

Department of the Army

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:
Mar 03, 2017 5:48 pm
Modified:
May 30, 2017 9:59 am
Track Changes Amendment 01 is posted.
PRESOLICITATION NOTICE
for
W912GB-17-R-0019: Single Award Task Order (SATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Germany East, Belgium, and the Netherlands

1. ANTICIPATED PROJECT TITLE: Fiscal Year 2017 (FY17) Germany East, Belgium, and the Netherlands JOC
2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU)
3. NAICS: 236220, Commerical and Institutional Building Construction
4. CONTRACT SPECIALIST: Anthony Melicharek, anthony.r.melicharek@usace.army.mil
5. PLACE OF PERFORMANCE: Germany East, Belgium, and the Netherlands
6. SOLICITATION NUMBER: W912GB-17-R-0019
7. DESCRIPTION: USACE NAU intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ JOC. The estimated acquisition cost of the requirement is
approximately $111,900,000.00. The purpose of this acquisition is to provide a contract vehicle for real property repair, maintenance, environmental work, asbestos abatement, force protection work, and construction services in the areas identified below. The task orders will primarily address general building renovation, road and pavement repair, and general environmental work. This work includes, but is not limited to, incidental new minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, force protection, and environmental remedial work. Use of the JOC will provide the U.S. 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
8. TYPE OF CONTRACT: FFP IDIQ contract where each project task order awarded under a JOC is normally comprised of a number of pre-described and pre-packaged tasks as described in each Task Order and the Unit Price Book.
9. 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.
10. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the tradeoff process, resulting in a FFP contract award to a single offeror who demonstrates the best value to the Government, considering all non-price (technical) and price factors.
11. CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a base period of three years and two option periods of one year each. The contemplated contract's shared capacity will not exceed $111,900,000.00 for the base and all option years.
12. SITE VISIT/PRE-PROPOSAL CONFERENCE: The solicitation will provide further information on the Site Visit/Pre-Proposal Conference.
13. SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
14. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 17 April 2017. The Government intends to have Phase I proposals due on 22 May 2017 and award the contracts in the June 2017 timeframe. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted.
15. 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.
MINIMUM GUARANTEE: A single minimum guarantee amount of $50,000.00 will cover the base period and any option period(s).
TASK ORDER LIMITATIONS: The minimum task order value will be $50,000.00 and the maximum task order value will be $1,500,000.00.
Potential offerors are encouraged to submit their company name, mailing address and telephone, and e-mail address of an English speaking contact no later than 16:30 Central European Time (CET), Sunday 19 March 2017 to Contract Specialist Anthony Melicharek at Anthony.r.melicharek@usace.army.mil and Contracting Officer Jeffrey Harrington at Jeffrey.Harrington@usace.army.mil. You will be informed when and where you may obtain a copy of the solicitation documents as well as details on any potential site visit.
16. POINT-OF-CONTACT: The USACE NAU Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Me. Anthony Melicharek at Anthony.r.melicharek@usace.army.mil and Contracting Officer Jeffrey Harrington at Jeffrey.Harrington@usace.army.mil.

Konrad-Adenauer Ring 39 Wiesbaden, 65187 GermanyLocation

Place Of Performance : Konrad-Adenauer Ring 39 Wiesbaden, 65187 Germany

Country : GermanyState : Hessen

You may also like

EO14042 AND AE IDIQ - TASK ORDER

Due: 08 Apr, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

236 -- Construction of Buildings/236220 -- Commercial and Institutional Building Construction