Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
SOLICITATION NOTICE

Y -- Design-Build Construct and Renovate Latrines for Bobo Primary School, Lamu County, Kenya.

Notice Date
7/14/2025 5:53:57 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM EUROPE AFRICA CENTRAL FPO AE 09622-0051 USA
 
ZIP Code
09622-0051
 
Solicitation Number
N3319125R6012
 
Response Due
7/29/2025 4:00:00 AM
 
Archive Date
09/15/2025
 
Point of Contact
Anna Gulewich, Phone: 390815687804, Daniel Magrino, Phone: 390815685519
 
E-Mail Address
anna.l.gulewich.civ@us.navy.mil, daniel.k.magrino.civ@us.navy.mil
(anna.l.gulewich.civ@us.navy.mil, daniel.k.magrino.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a Pre-solicitation notice only. This is not a Request for Proposal (RFP); there is not a solicitation or specifications available at this time. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command Europe Africa Central (NAVFAC EURAFCENT), implied or otherwise, to issue a solicitation or ultimately award a contract. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. In accordance with FAR 36.204, the magnitude of this project is expected to be between $250,000 and $500,000. ******************************************************************************************************************** This is a new procurement. It does not replace an existing contract. No prior contract information exists. ********************************************************************************************************************* Offerors may view and/or download the solicitation in the PIEE Solicitation module at https://piee.eb.mil/ when it becomes available. The solicitation will become available in electronic format only. Hard copies of the solicitation will not be provided. All notices/amendments related to the solicitation will be posted to the PIEE solicitation module. Step by step instructions for registering with PIEE are available here: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf The information provided below is to alert the prospective offeror to items which may take some time to process and therefore it is recommended that a firm that intends to submit a proposal start the process at this time. The Government requires an offeror to have a current Commercial and Governmental Entity (CAGE) Code or NATO Commercial and Governmental Entity (NCAGE) Code, and active registration in the System for Award Management (SAM), to include assignment of a Unique Entity Identifier (UEI). The CAGE/NCAGE code and UEI must be included on the proposals. It is the responsibility of the offeror to comply and register. Commercial and Governmental Entity (CAGE) Code and NATO Commercial and Governmental Entity (NCAGE) Code (https://eportal.nspa.nato.int/Codification/CageTool/home) System for Award Management (SAM) registration and UEI at (https://www.sam.gov/) Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil/ JOINT CONTINGENCY CONTRACTING SYSTEM (JCCS) REGISTRATION All offerors performing work in the AFRICOM AOR must register in the Joint Contingency Contracting System (JCCS) at https://www.jccs.gov/jccscoe. After submission of the required information in this system, the vendor will be assigned a risk rating. The Contracting Officer will verify the prospective awardee�s registration in the JCCS and the prospective awardee�s rating during the responsibility determination before awarding this contract. If the prospective awardee does not have an Acceptable status in JCCS at that time, then the prospective awardee will be found to be not responsible under FAR 9.104-1(g) and their proposal will be ineligible for award. Offerors are advised to register, renew as necessary, and monitor their status in JCCS in order to take any additional actions required to achieve an Acceptable status before the time of award. The Contractor shall be registered in the Joint Contingency Contracting System (JCCS), https://www.jccs.gov/jccscoe, and maintain an Acceptable risk rating status from contract award through completion of all contract work and any applicable warranty periods. The US Government reserves the right to terminate this contract for default if the Contractor is no longer registered in the JCCS or fails to maintain an acceptable risk rating status at any time during contract performance. Further, any subcontractors who will perform work on this contract valued at more than $35,000 must also be vetted in JCCS in accordance with the requirements of DFARS 252.225-7993, 252.225-7980, and 252.225-7981. As addressed in regards to prime contractors above, subcontractors must also achieve and maintain an Acceptable rating throughout the period of performance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/967bcaf655184a26a3bc9b310ccf843d/view)
 
Place of Performance
Address: KE-21, KEN
Country: KEN
 
Record
SN07508177-F 20250716/250714230048 (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.