SOLICITATION NOTICE
Y -- IDIQ MULTIPLE AWARD CONSTRUCTION CONTRACT FOR DESIGN-BID-BUILD (DBB) PROJECTS AT NAVAL AIR FACILITY ATSUGI, CAMP FUJI, KISARAZU, AND OTHER LOCATIONS IN THE KANTO PLAINS OPERATIONAL AREA, JAPAN
- Notice Date
- 3/30/2015
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- N40084 NAVFAC FAR EAST, OPAQ IPT PSC 473, Box 13, FPO AP 96349-0013 Building 1828, Tomari-cho, Yokosuka Kanagawa,
- ZIP Code
- 00000
- Solicitation Number
- N4008415R0011
- Response Due
- 4/14/2015
- Archive Date
- 4/29/2015
- Point of Contact
- Rosario M. Hocog 046-816-5625 Tomoko Kanzaki, 046-816-4095
- E-Mail Address
-
rosario.hocog@fe.navy.mil
(rosario.hocog@fe.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 venturers must possess and provide verification of such construction license prior to award. 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. 3. This procurement consists of one solicitation with the intent to award up to five (5) Firm-Fixed-Price Indefinite-Delivery Indefinite-Quantity (IDIQ) Design Bid Build construction contracts. The work (task orders) will generally provide all labor, management, supervision, tools, materials, equipment, engineering, and transportation necessary to perform various repairs, alteration, construction and demolition work to shore facilities. The scope of work may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding, and masonry. Performance of work will be at the U.S. Naval Air Facility, Atsugi, Japan; U.S. Marine Corps Combined Arms Training Center (CATC) Camp Fuji, Japan; U.S. Naval Auxiliary Landing Field, Kisarazu, Chiba; and other various locations in Kanto Plains operational area, Japan. 4. There will be one (1) seed project issued with the solicitation. Each resulting contract will include a task order in the amount of 1,000,000 as a minimum guarantee for the base period only. The contract term will be a base period and four (4) option periods, consisting of 12 months each for a total maximum duration of 60 months, or until the maximum amount of work has been ordered for that period, whichever occurs first. The not-to-exceed dollar value for all awarded contracts, including the base period and all option periods, is estimated to be $45 million. Each option period will be exercised concurrently for all awarded contracts. Typically, task orders will have an estimated construction cost between 3,000,000 and 200,000,000. 5. Award will be made to the responsible Offerors whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. Pricing of the seed project will be used to evaluate the reasonableness of proposed pricing in order to make best value determinations. After award of the initial contracts, the awardees will compete for task orders based on either best value-trade off method or lowest price technically acceptable procedures. 6. 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 14 April 2015. Hard copies 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. 7. 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. 8. The information being requested does not constitute a Request for Proposal or a commitment on the part of the government 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. Rosario M. Hocog, Contract Specialist at 046-816-5625, rosario.hocog@fe.navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008415R0011/listing.html)
- Record
- SN03683882-W 20150401/150330235752-da81c15b79c033bacacf67f7dac8b8a9 (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 |