Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2025 SAM #8563
SOLICITATION NOTICE

Y -- State of Kuwait Job Order Contract (JOC)

Notice Date
5/5/2025 3:50:01 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W31R ENDIST AFGHANISTAN NORTH APO AE 09366-0000 USA
 
ZIP Code
09366-0000
 
Solicitation Number
W5J9JE-25-N-0002
 
Archive Date
06/15/2025
 
Point of Contact
Valerie Murphy, Phone: 5407606454, Nikisha Cook, Phone: 5404504760
 
E-Mail Address
valerie.e.murphy@usace.army.mil, nikisha.w.cooK@usace.army.mil
(valerie.e.murphy@usace.army.mil, nikisha.w.cooK@usace.army.mil)
 
Description
ACTION TYPE: This is a pre-solicitation notice, there is no Request for Proposal (RFP) or related documents at this time. The U.S. Army Corps of Engineers (USACE), Transatlantic Expeditionary Division (TAE) intends to issue a Request for Proposal (RFP) W5J9JE25RXXXX for a Job Order Contract (JOC) for performance in the State of Kuwait. PROJECT SCOPE: The JOC will be used to execute sustainment, restoration and modernization (SRM), and minor military construction projects at various installations in Kuwait. The JOC includes a comprehensive collection of detailed repair, maintenance, and minor construction task descriptions or specifications, units of measure, and pre-established unit prices for each of these discrete tasks as described in the JOC Construction Task Catalog (CTC) Unit Price Book (UPB). The UBP will be provided by the Government. JOC unit prices include direct material, labor and equipment costs, but not indirect costs or profits which are addressed in an offeror's coefficient(s). Coefficients are adjustment factors proposed by an offeror to adjust the unit prices stated in the UPB and consists of an offeror's operating costs. Coefficients are multiplied to unit prices in the UPB to determine the price of a task order CONTRACTING PROCEDURES & TYPE OF CONTRACT: This acquisition will be solicited using FAR Part 15, Contracting by Negotiations Procedures for award of one (1) Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC). The Government intends to issue the solicitation using full and open competitive procedures. No set asides or socioeconomic preference will be granted as the work will be performed outside of the continental United States. The Government anticipates use of the best value trade-off source selection process. This process allows for a tradeoff between non-cost factors and cost/price and allows the Government to accept other than the lowest prices proposal or other than the highest technically rated proposal to achieve a best-value contract award. PROJECT SERVICE CODES (PSC): Y1AZ, Construction of Other Administrative Facilities and Service Buildings NAICS: The North American Industry Classification System (NAICS) code is 236220 � Commercial and Institutional Building Construction, with size standard of $45M. CONTRACT CAPACITY / ESTIMATED DOLLAR RANGE OF TASK ORDERS: The total capacity of the JOC is $50 Million for a 5-year performance period comprised of a 12-month base and four 12-month option periods. Task orders issued off of the JOC are anticipated to be between $10,000 and $4,000,000. ANTICIPATED SOLICITATION RELEASE DATE: The Government anticipates releasing the solicitation on or about 26 May 2025. Approximate closing date is on or about 25 June 2025. Actual dates and times will be identified in the solicitation. Additional details can be found in the solicitation when posted. SOLICITATION WEBSITE: The official solicitation, when posted, will be available free of charge by electronic posting only and may be found on the Sam.gov and Procurement Integrated Enterprise Environment (PIEE) website, https://piee.eb.mil Paper copies of the solicitation will not be issued. Project files are Portable Document Format (PDF) files and can be viewed, navigated, or printed using Adobe Acrobat Reader. To download the solicitation for this project, contractors are required to register in PIEE and in SAM.gov. Amendments, if/when issued, will be posted to the above referenced website for electronic downloading. This will be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. If/when issued, Amendments will be posted to the above-referenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Offerors must check the website periodically for any amendments to the solicitation. REGISTRATIONS REQUIREMENTS: 1. SYSTEM FOR AWARD MANAGEMENT (SAM): In accordance with FAR 4.1102, unless an exemption applies, offerors are required to be registered in SAM at the time an offer or quotation is submitted to comply with the annual representations and certifications. Offerors must continue to be registered in SAM until at time of award, during performance, and through final payment. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations for each separate entity representing the JV. Information on SAM is available at https://sam.gov. 2. Joint Contingency Contracting System (JCCS): Offerors must be successfully registered in the JCCS and their registration completely processed and active in the JCCS database to be considered eligible for award. Offerors must provide evidence of an active JCCS registration current as of the date of proposal and at time of award, during performance, and through final payment. The Government will search the JCCS database using the JCCS Company ID number supplied by the vendor to verify eligibility. The Government will determine an offeror non-responsible as a result of an offeror�s base access ineligibility, or an incomplete JCCS registration, or an inactive JCCS registration. The Government reserves the right to make this determination at the time of receipt of proposals and prior to the start of evaluations. In this instance, the non-responsible offeror�s proposal will not be evaluated. The Government also reserves the right to determine an offeror non-responsible at any time after receipt of proposals if an offeror becomes ineligible for installation access. A determination that an offeror is non-responsible will result in the removal of the offeror�s proposal from the competition. No debriefing will be provided for those offerors� found non-responsible as a result of their access ineligibility as the determination may be made in advance of the offeror�s technical proposal being evaluated or completed. If an offeror is a Joint Venture (JV), the JV entity must have a valid registration representing the JV as one business/firm/entity. The Government will not accept separate registrations and licenses for each separate entity representing the JV. Information on JCCS registration is available at https://www.jccs.gov/ 3. PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): The only authorized transmission method for bids in response to the forthcoming solicitation is electronic via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. No other transmission method (E-mail, Facsimile, U.S. Postal Mail, Hand Carried, etc.) will be accepted. Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. POINT OF CONTACTS: Contracting officer, Ms. Valerie Murphy, whose e-mail address is valerie.e.murphy@usace.army.mil , and Contract Specialist, Ms. Kisha Cook, e-mail address nikisha.w.cook@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9be8eb4a7cf459c83886322507c5b03/view)
 
Place of Performance
Address: Kuwait, KW-KU, KWT
Country: KWT
 
Record
SN07430755-F 20250507/250505230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.