SOLICITATION NOTICE
C -- Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (Contracts for Small Magnitude Project) (Mini-MACC) for U.S. Fleet Activities Sasebo (CFAS), Japan.
- Notice Date
- 4/16/2014
- Notice Type
- Presolicitation
- Contracting Office
- N40084 NAVFAC FAR EAST, FEAD SASEBO PSC 561, Box 66, FPO AP 96322-1160 Building 200, Hirase-cho, Sasebo Nagasaki,
- ZIP Code
- 00000
- Solicitation Number
- N4008414R6502
- Point of Contact
- Keiko Ujiie 81956502502 Masayo Sonoda
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- Synopsis: 1. THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 2. CONTRACTOR LICENSING REQUIREMENTS: Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan, and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract. Prior to award of any contract, offerors must be registered to do business in Japan and possess a construction license (Kensetsu-Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government. Offerors will be required to provide verification of such construction license prior to award of any contract to the Contracting Officer if such information is not already on file with or available to the Contracting Officer. In the case of offers from a joint venture, at least one of the joint ventures must possess and provide verification of such construction license prior to award. 3. STATUS OF FORCES AGREEMENT: The U.S. Government will not offer "United States Official Contractor" status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; nor will the U.S. Government certify any employees of a contractor as "Members of the Civilian Component" under Article I(b) of the SOFA. 4. This procurement shall result in a multiple year Indefinite Delivery / Indefinite Quantity (IDIQ) Multiple Award Construction Contract (Contracts for Small Magnitude Project) (Mini-MACC) for Design-Build (DB) and Design-Bid-Build (DBB) construction projects at U.S. Fleet Activities, Sasebo (CFAS), Japan. Projects include shore-based and waterfront facility investment such as facility and built-in equipment repair, construction, maintenance, equipment installation, sustainment, restoration / modernization, new footprint and demolition. Facilities projects include work classified as repair, construction, maintenance, equipment installation, sustainment, restoration / modernization and demolition. 5. The scope of work includes architectural, mechanical, electrical, and civil works for projects in support of shore-based and waterfront facility investment such as facility and built-in equipment repair, construction, maintenance, equipment installation, sustainment, restoration / modernization, new footprint and demolition. Facilities projects include work classified as repair, construction, maintenance, equipment installation, sustainment, restoration / modernization and demolition. The contractor shall furnish all labor, management, supervision, tools, materials, equipment, engineering, and transportation, except otherwise specified herein, necessary to perform various facility and build-in equipment type projects. 6. Potential projects examples include, but are not limited to building construction, renovations and repairs, the installation and / or repair of road pavement, fencing, fire suppression systems, HVAC systems, renewable energy source technologies, advanced metering systems; the removal and disposal of lead based paint and asbestos containing material; the installation, repair and optimizing of operations of shore-based equipment including the network integration of building automation and control equipment; and pier maintenance dredging work. 7. The Government intends to award a multiple IDIQ MACCs. Awards will be made to the responsible offerors whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price and non-price factors. The contract term will be a base period of one (1) year plus four (4) one-year option periods. The Not-To-Exceed amount for the life of all the contract awards combined including options, is $9.5M. 8. The typical task orders will have an estimated construction cost between $2,000 - $300,000. There will be one seed project included in this solicitation. 9. Interested offerors can view and/or download the solicitation from Asia Navy Electronic Commerce Online at https://asia.neco.navy.mil when it becomes available on or approximately April 2014. In the event the AsiaNECO is unavailable, the interested Offerors can access, view, and / or download the solicitation from the U.S. Government Federal Business Opportunities (FEDBIZOPPS) Website located at www.fedbizopps.gov. 10. Hard copies of the solicitation will not be provided. It is the contractor's responsibility to check the websites daily for any amendments to this solicitation. All interested offerors shall register at the website https://asia.neco.navy.mil. In the event that AsiaNECO is unavailable, the interested Offerors shall register at FEDBIZOPPS at www.fedbizopps.gov. 11. Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov/portal/public/SAM/. Offerors must have an active registration in SAM and must have active Representations and Certifications in SAM. Interested offerors are encouraged to register as soon as possible. 12. The information being requested does not constitute a Request for Proposal or a commitment on the part of the Government neither to award a contract, nor to pay for any costs incurred as a result in replying to this notice. This notice shall not be construed as a commitment by the Government for any purpose. The point of contact for this solicitation is Ms. Keiko Ujiie, Contract Specialist at +011-81-956-50-2502, keiko.ujiie1.ja@fe.navy.mil, or Ms. Marivic M. Lorenzana, Contracting Officer at +81-956-50-3469, Marivic.Lorenzana@fe.navy.mil. Contracting Office Address: PSC 476, Box 66, FPO AP 96322-0066 Building 200, Hirase-cho Sasebo Nagasaki, 857-0056 United States Place of Performance: PSC 476, Box 66, FPO AP 96322-0066 Building 200, Hirase-cho Sasebo Nagasaki, 857-0056 United States Primary Point of Contact.: Keiko Ujiie Contract Specialist keiko.ujiie1.ja@fe.navy.mil Phone: +011-81-956-50-2502 Secondary Point of Contact: Marivic M. Lorenzana Contracting Officer Marivic.lorenzana@fe.navy.mil Phone: +011-81-956-50-3469
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084D/N4008414R6502/listing.html)
- Record
- SN03339839-W 20140418/140416234439-116ab86cb60d53afb236baa2c0350f62 (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 |