Inactive
Notice ID:W912GB19R0046
PURPOSE OF THIS ANNOUNCEMENT: This is a solicitation announcement. The final soliciation documents are attached to this announcement. The solicitation documents will only be made available in electron...
PURPOSE OF THIS ANNOUNCEMENT: This is a solicitation announcement. The final soliciation documents are attached 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 MONITORING THIS WEBSITE FOR CHANGES TO THIS NOTICE AND THE FORMAL SOLICITATION ANNOUNCEMENT. 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 541620 Environmental Consulting Services. PLANNED CONTRACT INFORMATION: The intent is to issue a Firm Fixed Price (FFP), Multiple Award Task Order Contract (MATOC) that will result in individual Indefinite Delivery Indefinite Quantity (IDIQ) contracts. The planned duration for this contract is a total of five years, consisting of a one year base ordering period plus four options for ordering periods of one year each. INFORMATION ABOUT THE SERVICES TO BE PROCURED: The purpose of this acquisition is to provide surveying and consulting work; however, erosion control work is required in areas (1) in or immediately adjacent to watercourses; (2) in areas of overland flow from rainfall or snowmelt; and (3) where military maneuver actions have exacerbated erosion problems. Dust control, vegetation maintenance and removal, aerial seeding, construction and repair of check dams, construction and repair of access trails and removal of unexploded ordnance (UXO) that impedes access to necessary work areas are also required within the training areas and may be requirements under this contract. PLACE OF PERFORMANCE: Task orders under these contracts will be performed in Germany. SITE VISIT/PRE-PROPOSAL CONFERENCE: N/A