Inactive
Notice ID:W912GB-19-R-0001
PURPOSE OF THIS ANNOUNCEMENT: This is a solicitation announcement following the pre-solicitation announcement W912GB19R001. final solicitation package is posted as an attachment to this announcement. ...
PURPOSE OF THIS ANNOUNCEMENT: This is a solicitation announcement following the pre-solicitation announcement W912GB19R001. final solicitation package is posted as an attachment to this announcement. The solicitation documents will only be made available in electronic format, downloadable from FBO. No CD-ROMs or hardcopy documents will be distributed. Interested parties must be registered in FBO and the System for Award Management (SAM) at www.sam.gov in order to view or download the solicitation documents. OFFERORS ARE RESPONSIBLE FOR APPROPRIATELY REGISTERING IN SAM AND FBO, AND FOR MONITORING THIS ANNOUNCEMENT PAGE FOR CHANGES AND FORMAL SOLICITATION AMENDMENTS. SPECIAL SAM NOTICE: Please take notice that 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 this solicitation will include the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include 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 eligible for the contract award resulting from this 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 FULL AND OPEN COMPETITION: This acquisition will be subject to full and open competition pursuant to FAR Subpar 6.1. The NAICS Code selected for this acquisition is 236220 Commercial and Institutional Building Construction. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Single Award Task Order Contract (SATOC). The planned duration for this contract is a total of three years, consisting of a one year base ordering period plus two options for ordering periods of one year each. The amount of work for the contract shall not exceed $30,000,000.00. INFORMATION ABOUT THE SERVICES TO BE PROCURED: 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 for US Government facilities 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 incidental environmental remedial work. PLACE OF PERFORMANCE: Task orders under these contracts will be performed throughout Turkey, primarily in the vicinity of Adana, Ankara, and Malatya. SITE VISIT/PRE-PROPOSAL CONFERENCE: A pre-proposal conference is scheduled on 10 June 2019 in Frankfurt, Germany. See RFP document under the proposal submission instructions section for further details. PROPOSAL DEADLINE: Interested parties shall submit responses no later than the time and date specified on solicitation document. NOTE: the deadline on the solicitation document is stated in Central European Time. The deadline on this announcement page is stated in US Eastern Time. The electronic response feature on this announcement will close automatically at the deadline.