Inactive
Notice ID:W912GB19R0026
Request for Proposal (RFP) W912GB19R0026 Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Poland OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSIT...
Request for Proposal (RFP) W912GB19R0026 Firm-Fixed-Price (FFP), Indefinite-Delivery, Indefinite-Quantity (IDIQ) Job Order Contract (JOC) for Poland OFFERORS ARE RESPONSIBLE FOR MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE. 1. ANTICIPATED PROJECT TITLE: Fiscal Year 2019 (FY19) Poland JOC 2. AGENCY: U.S. Army Corps of Engineers (USACE) Europe District (NAU) 3. NAICS: 236220 - Construction of Buildings 4. CONTRACT SPECIALIST: SFC Betsy Weintraub, betsy.weintraub@usace.army.mil 5. PLACE OF PERFORMANCE: Poland 6. SOLICITATION NUMBER: W912GB19R0026 7. DESCRIPTION: USACE NAU intends to solicit and award one Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) Job Order Contract (JOC) to accomplish sustainment, restoration, and modernization projects such as maintenance, repair, and upgrades of real property in Poland. 8. TYPE OF CONTRACT: FFP IDIQ JOC where each project task order is normally comprised of a number of pre-described and pre-packaged tasks found in the Scope of Work and linked a Unit Price Book (UPB). 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 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. 11. CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a base period 5 years. The contemplated contract's capacity will not exceed $49,950,000.00 for the base and all option years. 12. PRE-PROPOSAL CONFERENCE: See Solicitation for details. 13. 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. 14. 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, SFC Betsy Weintraub, betsy.weintraub@usace.army.mil and Contracting Officer Mrs. Allison M. Blount at Allison.M.Blount@usace.army.mil