FISCAL YEAR 2017 MATOC FOR GERMANY, BELGIUM, AND THE NETHERLANDS

expired opportunity(Expired)
From: Federal Government(Federal)
W912GB-17-R-0017

Basic Details

started - 02 Mar, 2017 (about 7 years ago)

Start Date

02 Mar, 2017 (about 7 years ago)
due - 17 Mar, 2017 (about 7 years ago)

Due Date

17 Mar, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
W912GB-17-R-0017

Identifier

W912GB-17-R-0017
Department of the Army

Customer / Agency

Department of the Army
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.

PRESOLICITATION NOTICEforW912GB-17-R-0017: Multiple Award Task Order (MATOC) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Contracts for Germany, Belgium, and the Netherlands1. ANTICIPATED PROJECT TITLE: Fiscal Year 2017 (FY17) Germany, Belgium, and the Netherlands Multiple Award Task Order Contract (MATOC)2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU)3. NAICS: 236220, Commercial and Institutional Building Construction4. CONTRACT SPECIALIST: Anthony Melicharek, anthony.r.melicharek@usace.army.mil5. PLACE OF PERFORMANCE: Germany, Belgium, and the Netherlands6. SOLICITATION NUMBER: W912GB-17-R-00177. DESCRIPTION: USACE NAU intends to issue a solicitation for a Firm Fixed Price (FFP) IDIQ MATOC. The estimated acquisition cost of the requirement is approximately $249,900,000.00. Services to be performed under this contract will consist of real property repair and maintenance, environmental work,
force protection work, and construction services. 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 construction, design-build, general building renovation, road and pavement repair, and general environmental work including, but not limited to, incidental minor construction, excavation, plumbing, demolition, electrical, structural, mechanical, concrete work, and environmental remedial work. Contract awards are anticipated for any work for US Forces and/or Facilities in Germany, Belgium and the Netherlands.8. TYPE OF CONTRACT: This solicitation will be for award of FFP IDIQ MATOCs. Use of the MATOC will provide the Government with a construction project delivery method that can help minimize design effort and related overhead expenditures, as well as handle compressed schedules.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 up to five offerors who demonstrate the best value to the Government, considering all non-price (technical) and price factors.Europe District intends to use Two Phase Design-Build Selection Procedures in accordance with FAR Subpart 36.3 and as authorized by 10 USC 2305a. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two and contracts will be awarded using competitive negotiation.11. CONTRACT MAGNITUDE: The term of the resultant contracts will be limited to a base period of three years and two option periods of one year each. The contemplated contracts' shared capacity will not exceed $249,900,000.00 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 March 2017. The Government intends to have Phase I proposals due on 17 April 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 $20,000,000.00.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), Monday 17 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, Mr. Anthony Melicharek at Anthony.r.melicharek@usace.army.mil and Contracting Officer Jeffrey Harrington at Jeffrey.Harrington@usace.army.mil.Contact Information: Anthony R. Melicharek, Contract Specialist, Phone 01149061197442385, Email anthony.r.melicharek@usace.army.mil - Jeffrey Harrington , Contracting Officer, Phone 061197442660, Email jeffrey.harrington@usace.army.mil Office Address : Location: USACE District, Europe Set Aside: N/A

USACE District, EuropeLocation

Place Of Performance : USACE District, Europe

Country : GermanyState : Hessen

You may also like

OHMSETT MRO BASE YEAR 2024

Due: 31 Jan, 2029 (in about 4 years)Agency: BUREAU OF SAFETY AND ENVIRONMENTAL ENFORCEMENT

Upper Mill Creek Water Reclamation Facility Sludge Drying Facility

Due: 01 May, 2024 (in 2 days)Agency: Butler County

Classification

NAISC: 236220 GSA CLASS CODE: Y