Long Term Equipment Storage and Maintenance Complex (LTESM-C) at Powidz Air Base, Poland
PROPOSAL DUE DATE IS EXTENDED TO 14:00 CENTRAL EUROPEAN SUMMER TIME (CEST) 08 AUGUST 2019. PLEASE REVIEW MOST RECENTLY PROVIDED DOCUMENTS FOR ALL UPDATES REGARDING THIS SOLICITATION. AMD 1, AMD 2, AMD... PROPOSAL DUE DATE IS EXTENDED TO 14:00 CENTRAL EUROPEAN SUMMER TIME (CEST) 08 AUGUST 2019. PLEASE REVIEW MOST RECENTLY PROVIDED DOCUMENTS FOR ALL UPDATES REGARDING THIS SOLICITATION. AMD 1, AMD 2, AMD 3, AMD 4 , AND AMD 5 TECHNICAL SPECIFICATIONS AND DRAWINGS ARE PROVIDED VIA THE AMRDEC SAFE FILE TRANSFER SYSTEM TO ALL OFFERORS WITH EXPLICIT ACCESS REQUEST APPROVAL. THE LINK FOR AMRDEC FILE DOWNLOAD WILL EXPIRE AFTER 48 HOURS FROM THE TIME THE AMRDEC NOTICE IS SENT. Use most recent conformed solicitation document for your proposal submission. Solicitation for W912GB19R0018 Firm-Fixed-Price (FFP), Stand Alone (C-Type) for the construction of the Long Term Equipment Storage and Maintenance Complex (LTESM-C) at Powidz Air Base, Poland This announcement constitutes a formal solicitation with full details, including a response deadline, statement of work, Instructions to Offerors, the Evaluation Factors/Basis for Award, Technical Specifications, and Drawings. OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE. 1. PROJECT TITLE: Long Term Equipment Storage and Maintenance Complex (LTESM-C) 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Construction of Buildings 4. PLACE OF PERFORMANCE: Powidz Air Base, Poland 5. SOLICITATION NUMBER: W912GB19R0018 6. TYPE OF CONTRACT: Firm-Fixed-Price (FFP), Stand Alone (C-Type) contract 7. TYPE OF SET-ASIDE: This acquisition will be an unrestricted action under full and open competitive conditions, subject to certain restrictions under the National Competitive Bidding Plus (NCB+) procedures: namely, this acquisition is open to all eligible firms registered and incorporated in a North Atlantic Treaty Organization (NATO) member nation. Only firms from the 29 NATO countries will be permitted to participate as part of this project to include the prime contractor, sub-contractor(s), and manufacturers. None of the work, including labor and services, shall be performed by other than firms from within the 29 NATO member nations. Additionally, no materials or items of equipment to include identifiable sub-assemblies shall be manufactured or assembled by a firm other than from within the 29 NATO member nations. Small and Small Disadvantaged Business requirements are waived for this project due to its location Outside of the Contiguous United States (OCONUS). 8. DESCRIPTION OF WORK: The work includes the construction of the facilities located at the Long Term Equipment Storage Maintenance Complex (LTESM-C) on Powidz Air Base, Poland. The site is approximately 39-hectares and is located in a remote area. It is anticipated that a man-camp may be required for this project along with a dedicated concrete batch plant. a competitive negotiation using the best value 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. 9. SELECTION PROCESS: The acquisition strategy is a competitive negotiation using the best value 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. 10. CONTRACT MAGNITUDE: Estimated magnitude of construction is between $100,000,000 and $250,000,000. 11. SITE VISIT/PRE-PROPOSAL CONFERENCE: The pre-proposal conference and site visit official date, time, and location information are provided in the solicitation. The registration period for this event is CLOSED. An on-site passport check will be required prior to admittance into the conference and site visit. Additionally, this event will be conducted in English only. No translation or hardcopies of the presentation will be provided. 12. SPECIAL SAM NOTICE: Please take notice that SAM (www.sam.gov) has a new entity registration requirement that firms must 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 April 29, 2018. Further information behind this new requirement is posted to the General Services Administration's (GSA) announcement page at https://www.gsa.gov/about-us/organization/federal-acquisition-service/office-of-systems-management/integrated-award-environment-iae/sam-update-updated-july-11-2018. Please also refer to Federal Service Desk's (FSD) instructions on how to comply with this new requirement. Offerors are reminded that this solicitation will include the provision FAR 52.204-7 SAM and FAR 52.212-1 Instructions to Offerors--Commercial Items, and the resulting award will include the clause 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. 13. SOLICITATION DOCUMENT ACCESS REQUEST AND RELEASE: The Solicitation is restricted to only firms from the twenty-nine (29) North Atlantic Treaty Organization (NATO) member nations. In order to receive access to the solicitation documents, your firm must have a Dun and Bradstreet Number (DUNS), Commercial and Government Entity (CAGE) code or NATO Commercials and Government Entity (NCAGE) code, be registered as a vendor in FBO, and be registered in SAM (see above). You will not be able to access the documents otherwise. Offerors shall access the FBO announcement using their FBO login, and request authorized access to the announcement in order to download the solicitation documents. Access to the documents will NOT be granted to any firm or individual who is not registered and/or incorporated in a NATO member nation. To confirm this, the Government will check the DUNS information in SAM prior to approval of the document access request. The technical specifications and drawings will be provided via AMRDEC Safe File transfer. Only Offerors who have been approved through the explicit access request through FBO will receive the AMRDEC file transfer notification. The AMRDEC notification will be sent to the email address associated with the company's explicit access request information provided on FBO. 14. DISTRIBUTION STATEMENT/CLASSIFICATION: Distribution authorized to U.S. Government Agencies and their contractors for protection of need to know For Official Use Only (FOUO) information. Other requests shall be referred to the U.S. Army Corps of Engineers, Europe District Project Management and Security Points of Contact. The FOUO and NATO distribution/classification briefings are provided as part of the solicitation documents. 15. 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, Ms. Whittni Hiscox, whittni.c.hiscox@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »