Controlled Humidity Warehouse
Pre-Solicitation Notice for CONTROLLED HUMIDITY WAREHOUSE CLAY KASERNE, USAG WIESBADEN GERMANY W912GB19R0006 ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME OR JOINT VENTURE) ARE ELIGIBLE FOR AW... Pre-Solicitation Notice for CONTROLLED HUMIDITY WAREHOUSE CLAY KASERNE, USAG WIESBADEN GERMANY W912GB19R0006 ONLY FIRMS THAT ARE UNITED STATES FIRMS (either PRIME OR JOINT VENTURE) ARE ELIGIBLE FOR AWARD. 1. ANTICIPATED PROJECT TITLE: Controlled Humidity Warehouse 2. AGENCY: U.S. Army Corps of Engineers Europe District (CENAU) 3. NAICS: 236220 - Commercial and Institutional Building Construction 4. PLACE OF PERFORMANCE: Germany 5. SOLICITATION NUMBER: W912GB19R0006 6. TYPE OF CONTRACT: Firm Fixed Price (FFP) 7. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions to UNITED STATES CONTRACTORS only. In accordance with FAR 19, all socio-economic program considerations do not apply due to the project for this project due to its location OCONUS. 8. DESCRIPTION: USACE Europe District intends to issue a solicitation for a Firm Fixed Price (FFP) Contract. The purpose of this acquisition is to construct a 20,000 Square Foot (SF) Controlled Humidity Warehouse, which includes a ~4,000 SF Sensitive Compartmented Information Facility (SCIF) at Lucius D. Clay Kaserne, Wiesbaden, Germany. SCIF construction will be performed using enhanced security in a manner compliant with intelligence directives. Project includes secure vehicle, parking, warehouse apron with secure parking, and fire tank/pumps. Supporting facilities include site development, utilities and connections, lighting, paving, parking, walks, curbs, gutters, storm drainage, landscaping and signage. 9. CONSTRUCTION MAGNITUDE: In accordance with DFARS 236.204, the estimated magnitude for this design build construction project is between $10,000,000 and $25,000,000. 10. PERIOD OF PERFORMANCE: 720 calendar days from notice to proceed for construction. 11. SELCTION PROCESS: The acquisition strategy is a competitive negotiation using a Single Phase Design-Bid-Build Best Value Tradeoff source selection process in accordance with the United Stated Federal Acquisition Regulations (FAR) Part 15 and Part 36. The project will be solicited under Full and Open competition to U.S. firms and will be awarded as a firm-fixed price construction project contract. The contract will be awarded and paid in U.S. Dollars ($). Responses (when the solicitation is officially issued) are desired from firms who can demonstrate recent and relevant experience and past performance with SCIF construction projects OCONUS. The technical (non-price) qualifications of the construction firm along with their submitted price will be evaluated by the Government. 12. PRE-PROPOSAL CONFERENCE/SITE VISIT: A pre-proposal conference/site visit will be scheduled after the issuance of the solicitation to allow Contractors and their subcontractors to visit the site and ask questions. Attendance, all questions, and responses to questions will be issued as an Amendment to the Solicitation. 13. ADDITIONAL INFORMATION: For this contract, only U.S. Prime or Joint Venture contractors who hold a valid or are able to obtain a valid, Secret Facility Clearance granted by the Defense Security Service (DDS) will be able eligible for award. 14. SPECIAL NOTICE: System for Award Management (SAM): Please take notice that the System for Award Management (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 the solicitation will include either the provision FAR 52.204-7 SAM or FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include either 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 be eligible for the contract award resulting from the 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 15. ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 31 July 2019. The Government intends to have proposals due 30 calendar days after solicitation due date and Award the contract on or about 30 September 2019. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when it is posted. 16. 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. 17. 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 LaTia Wickliffe at latia.k.wickliffe@usace.army.mil and Contracting Officer Candace Lotomau at Candace.C.Lotomau@usace.army.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »