Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2014 FBO #4746
SOLICITATION NOTICE

Z -- Mini-Multiple Award Construction Contracts (MINI-MACC) for Kadena Air Base, Okinawa, Japan - (Draft)

Notice Date
11/20/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
 
ZIP Code
96368-5199
 
Solicitation Number
FA5270-14-R-0019
 
Point of Contact
Kiyoshi Higa, Phone: 1-81-611-734-2393, Gary Wynder, Phone: 3156345803
 
E-Mail Address
kiyoshi.higa.1.jp@us.af.mil, gary.wynder@us.af.mil
(kiyoshi.higa.1.jp@us.af.mil, gary.wynder@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP Attachment 9, Site Visit Reservation Form RFP Attachment 8, Question Form RFP Attachment 7, Past Performance Questionnaire RFP Attachment 6, Past and Current Projects' List RFP Attachment 5, Construction Narrative Guidelines RFP Attachment 4b, Instruction for 35% Design RFP Attachment 4a, Instruction for 10% Design RFP Attachment 3, Mini-MACC Cost Estimate Breakdown RFP Attachment 2, Mini-MACC SOW for Sample Project RFP Attachment 1, Mini-MACC Specification SF1442, Request for Proposal, Mini-MACC, Kadena AB This is a solicitation notice for Indefinite Delivery/Indefinite Quantity (IDIQ) Mini-Multiple Award Construction Contracts (MINI-MACC) for Kadena Air Base, Okinawa, Japan, with 1-year basic period plus five 1-year option periods. MINI-MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design-build capability. Contractors will be expected to accomplish a wide variety of individual construction tasks encompassing design-build, renovation, additions/upgrades, along with specific work such as, but not limited to, mechanical, HVAC (heating, ventilation, air conditioning), electrical, architectural, demolition, painting, paving and earthwork. This is a competitive best value, source selection in which competing Offerors' past performance history and technical acceptability will be evaluated on a basis significantly more important than, cost or price considerations. By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors. All technically acceptable offers shall be treated equally except for their prices and performance records. The Government intends to award between six (6) to eight (8) contracts under this solicitation; however, the Government reserves the right to award less than six (6) or more than eight (8). The guaranteed minimum order amount to be ordered for this contract is $2,000.00 (or Yen equivalent). This minimum amount shall only be applied to the basic year. All remaining option years, if exercised, have a minimum order amount of $0.00. The maximum aggregate amount may be reached any time before the exercise of the final option period and shall not exceed $96,000,000.00 (or Yen equivalent). A pre-proposal conference and site visit schedule will be determined and notified by the future amendment for this solicitation. Proposal Response Due: 1400 hours on 09 Jan 15 (JST) To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website https://www.sam.gov/portal/SAM/#1. All responsible sources may submit a proposal that shall be considered by this Agency. Interested contractors are encouraged to submit their contact information by registering as an interested vendor utilizing the Vendor Notification Service link within the Register to Receive Notification function of Fed Biz Ops https://www.fbo.gov/. No bidder's mailing list will be maintained. This notice does not obligate the Government to award a contract or multiple contracts nor does it obligate the Government to pay for any bid/proposal preparation costs. Japanese commercial numbers will no longer be able to directly call a Kadena AB (US government) DSN phone. Personnel may utilize the Kadena auto attendant by calling 098-631-1111 or 098-938-1111 to obtain a secondary dial tone. This secondary dial tone provides the ability to call any Kadena AB 63X-XXXX, 64X-XXXX, or 966-XXXX number. Personnel may also call the Kadena AB telephone operators at 098-961-1110 and request to be connected to a Kadena AB DSN telephone number. Telephone operators will only connect individuals to a 63X-XXXX, 64X-XXXX, 959-XXXX telephone number. NOTE: This acquisition is unrestricted; however, this solicitation includes clauses authorized for the purpose of construction effort in Japan. The offerors must meet the following two requirements for OCONUS: (1) DFARS 252.252.225-7042, "Authorization to Perform" - The Offeror has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed, and (2) FAR 52.236-7 (modified IAW AFFARS 5336.507), "Permits and Responsibilities" - The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any host government and political subdivisions laws, codes, and regulations applicable to the performance of the work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-14-R-0019/listing.html)
 
Place of Performance
Address: U.S. Military Bases on Okinawa, Japan, Japan
 
Record
SN03577677-W 20141122/141120234254-111392ca6d703923174f84b7cf8147e8 (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 |
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.