J--DLA Energy Recurring Maintenance and Minor Repair Services Various Countries
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Dec 23, 2014 05:43 am EST
- Original Response Date: Jan 30, 2015 12:00 am EST
- Inactive Policy: Manual
- Original Inactive Date: Jun 28, 2015
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J - MAINT, REPAIR, REBUILD EQUIPMENT
- NAICS Code:
- 238990 - All Other Specialty Trade Contractors
- Place of Performance: USACE District, Europe CMR 410 BOX 7, APO AE 09096 DE
Description
It is the Government's intent to award one concurrent task order for Recurring Maintenance and Minor Repair for NAVSTA Rota, Spain. Only one (1) Offeror awarded a MATOC contract will be eligible for award of the concurrent task order. The Government is not obligated to award a MATOC contract to all Offerors submitting proposals nor award the associated concurrent task order. The basis for award of the concurrent task order will be to the lowest price in compliance with the Performance Work Statement.
TYPE OF CONTRACT: This RFP will be for one Firm Fixed Priced (FPP), Indefinite Delivery, Indefinite Quantity (IDIQ), Multiple-Award Task Order Contract (MATOC).
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.
SELECTION PROCESS: The Government intends to utilize a source selection process to evaluate contractors for award on a best value basis.
CONTRACT MAGNITUDE: The term of the resultant contract will be limited to a one (1) year (12 months) base period, and two (2) twelve month option periods. The contemplated contract capacity will not exceed $9,900,000.00 for the base and all option years. This MATOC procurement envisions that there will be two (2) or more contract awards.
SITE VISIT/PRE-PROPOSAL CONFERENCE: Currently a Site visit is not scheduled for this solicitation.
SOLICITATION WEBSITES: All prospective contractors and their subcontractors and suppliers must be registered in Federal Business Opportunities Website (FedBizOpps) https://www.fbo.gov before they will be allowed to download solicitation information. Contractors must be registered in the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ prior to award of this contract. Solicitation documents, plans and specifications will only be available via FedBizOpps. Registration for plans and specifications should be made via FedBizOpps Internet Homepage. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. Neither telephonic, mailed, nor fax requests will be accepted. Registration should be completed one week prior to the issue date. It is therefore the Contractor's responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation. The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
ANTICIPATED SOLICITATION RELEASE DATE AND AWARD DATE: The Government anticipates releasing the solicitation on or about 23 January 2015 and awarding the contract in the third quarter of 2015. Actual dates and times will be identified in the solicitation. Responses to this pre-solicitation are not required. Additional details can be found in the solicitation when it is posted.
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.
POINT-OF-CONTACT: The USACE EUD Contracting Office will be the sole point-of-contact for this solicitation. The Primary Contracting Point of Contact for this solicitation is Contract Specialist, Susan Salaj at susan.salaj@usace.army.mil. Telephone calls will not be accepted.
Attachments/Links
Contact Information
Contracting Office Address
- CONTRACTING DIVISION KO CMR 410 BOX 7
- APO , AE 09096
- USA
Primary Point of Contact
- Susan Salaj
- susan.salaj@usace.army.mil
Secondary Point of Contact
History
- Jun 28, 2015 04:42 am EDTSolicitation (Updated)
- May 08, 2015 09:00 am EDTPresolicitation (Updated)
- Apr 24, 2015 07:57 am EDTPresolicitation (Updated)
- Mar 05, 2015 09:44 am ESTPresolicitation (Updated)
- Feb 03, 2015 09:30 am ESTPresolicitation (Updated)
- Jan 21, 2015 08:24 am ESTPresolicitation (Updated)
- Dec 23, 2014 05:43 am ESTPresolicitation (Original)