SOURCES SOUGHT
Y -- Market Survey - Multiple Award Task Order Contract (MATOC) for Design-Build (D-B) and Design-Bid-Build (D-B-B) Construction, Various Locations, Okinawa, Japan
- Notice Date
- 4/11/2014
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-14-R-0007
- Response Due
- 4/25/2014
- Archive Date
- 6/10/2014
- Point of Contact
- Takashi Horiuchi, 046-252-0994
- E-Mail Address
-
USACE District, Japan
(Takashi.Horiuchi@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This market survey is for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals. The Government will not pay for any information provided as a result of this market survey. After review of the information provided below, the Government is soliciting comments/responses to the following topics from interested vendors. 1) Interest in the solicitation based on the maximum contract amount; 2) Design after award requirements; 3) Bonding capability for the maximum task order amount of 2,000,000,000 Japanese Yen; 4) Any barriers that will prevent or discourage your firm from participating in the solicitation; 5) Other comments or information you wish to provide; 6) Your firm's capability to perform task order work anticipated. If you do not have any comment on a particular topic, please indicate so. An Excel sheet is attached for your use. Please send your comments/responses via e-mail to takashi.horiuchi.ln@usace.army.mil and sean.p.sackett.civ@usace.army.mil by April 25, 2014, 09:00 AM (Japan Standard Time). 1. The U.S. Army Engineer District-Japan is planning to solicit a MATOC for D-B and D-B-B construction to support U.S. Government facilities in the prefecture of Okinawa. Any solicitations pursued are intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. A MATOC is an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for construction services with multiple awardees. Actual work is awarded through the issuance of task orders. Multiple awardees generally complete with each other for task orders. 2. The Government is seeking experienced sources capable of performing a wide range of D-B and D-B-B construction projects involving water lines, sewer lines, paving, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, Heating Ventilation and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipeline and storage systems, distribution and utilization systems (including lightning), power generators and Uninterrupted Power Supplies (UPS), public address systems, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum-contaminated material abatement and disposal. 3. Each MATOC will consist of a one-year base period and three (3) one-year option periods. The total maximum amount for all the contracts combined will be 4,200,000,000 Japanese yen. Each awarded contract will have a 500,000 Japanese yen guaranteed minimum on the base period; options will have no guaranteed minimum. The Government is not obligated to exercise the option periods. A performance bond will be required for individual task orders over 12,750,000 Japanese yen. The minimum task order amount is 100,000 Japanese yen. The maximum task order amount is 2,000,000,000 Japanese yen. 4. Task order issued under these contracts will be D-B or D-B-B in nature. For D-B-B task orders, the Government will provide the contractor with full design. For D-B task orders, the contractor may be required to produce engineering designs ranging from shop-drawings to full designs in accordance with the Unified Facilities Guide Specifications (UFGS) depending on the complexity of the task order. The Government will provide the contractor with a project scope varying from a general scope of work with no drawings to a complete statement of work with design up to 90 percent. Contractor design will be conducted after award of a task order in accordance with both U.S. and Japanese design standards. The contractor will be required to provide licensed professional designers having qualifications that meet contract requirements. 5. Responsibility of the Contractor for Design (USACE Acquisition Instruction (UAI) clause 52.236-5004). (a) The Contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other non-construction services furnished by the Contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiency in its designs, drawings, specifications, and other non-construction services and perform any necessary rework or modifications, including any damage to real or personal property, resulting from the design error or omission. (b) The standard of care for all design services performed under this agreement shall be the care and skill ordinarily used by members of the architectural or engineering professions practicing under similar conditions at the same time and locality. Notwithstanding the above, in the event that the contract specifies that portions of the Work be performed in accordance with a performance standard, the design services shall be performed so as to achieve such standards. (c) Neither the Government's review, approval or acceptance of, nor payment for, the services required under this contact, shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The Contractor shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the Contractor's negligent performance of any of these services furnished under this contract. (d) The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided by law. (e) If the Contractor is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-14-R-0007/listing.html)
- Place of Performance
- Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
- Zip Code: 96338-5010
- Zip Code: 96338-5010
- Record
- SN03337298-W 20140413/140411235409-54ac2cdd678bc1c266325d2ef0c18218 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |