Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2015 FBO #4908
SOURCES SOUGHT

Y -- DESIGN BUILD AIRFIELD REVITALIZATION AND REPAIR, MCAS FUTENMA, OKINAWA, JAPAN

Notice Date
5/1/2015
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
N40084 NAVFAC FAR EAST, ROICC Camp Butler Unit 35006, FPO AP 96373-5006 Building 331, Camp Foster Chatan-Cho, Okinawa,
 
ZIP Code
00000
 
Solicitation Number
N4008415R2006
 
Response Due
5/18/2015
 
Archive Date
5/19/2015
 
Point of Contact
Mr. Ariel Amposta, jacinto.amposta@fe.navy.mil, 098-970-0348
 
E-Mail Address
roaki
 
Small Business Set-Aside
N/A
 
Description
Sources sought for a design-build construction contract for Airfield Revitalization and Repair, MCAS Futenma, Okinawa, Japan. The Naval Facilities Engineering Far East (NAVFAC FE) is seeking qualified and interested parties. THIS IS A SOURCES SOUGHT ANNOUNCEMENT, A MARKET SURVEY FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT WILL USE RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. No telephone calls will be accepted requesting a request for proposal (RFP) package or solicitation. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references. Capability documentation is anticipated to be one to five pages. Respondents must include references and a capability statement for at least two completed projects within the last seven years that are similar to the construction work and of similar size, scope and complexity (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, email address and point of contact. Capability documentation must also provide maximum bonding capacity per project, and maximum aggregate bonding with surety s name, telephone number and point of contact. The Capabilities Statement for this sources sought is not expected to be a proposal, but rather short statements regarding the company s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Government in tailoring requirements to be consistent with industry capabilities. PROJECT DESCRIPTION: The proposed project is a combination of five (5) separate projects to repair the drainage pipelines and associated open channels; repair the pavement depression between Taxiway A and Runway; repair deteriorated sewer lines and manholes to ensure no infiltration of storm run-off to sewage system and to maintain self-cleansing velocities at all rates of flow within the design limits; install a concrete ditch that would eliminate ground infiltration, retard flow discharge into the outfall area, and provide controls for recovery of accidental oil spills coming from the parking apron; restore the collapsed ground surfaces caused by sinkhole formation, which will include the reconstruction of the adjoining sanitary sewer lines; repair the damaged drainage pipes, which will include the restoration of the collapsed area, reconstruction of the upstream ditch, and improvements to the adjoining pavement structure. The estimated cost for this project is between $10,000,000 and $25,000,000. The North American Industry Classification System (NAICS) Code is 237310. Phasing/Sequencing of work for this design build project is required. The lists of projects are as follows: 1.REPAIR DRAINAGE PIPES AND DEPRESSION UNDER TAXIWAY A (ESR 012-13) 2.REPAIR SANITARY SEWER LINES, SOUTH AREA (ESR 806-14) 3.INSTALL CONCRETE DITCH, MIDFIELD, B-539 (ESR 134-13) 4.REPAIR SINKHOLE AT CLEAR ZONE NEAR B-110 (ESR 040-14) 5.REPAIR SINKHOLE NEAR HANGAR 533 (ESR 041-14) Place of Performance: MCAS FUTENMA, OKINAWA, JAPAN 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. JOINT VENTURE OFFERORS: The joint venture Offeror shall complete all the required registrations for the joint venture and submit the Joint Venture Agreement. Joint venture (JV) shall use the same name and address in the required registrations and all the proposal documents. Each individual JV member shall be the local firm which is resident and licensed to conduct business in Japan. The joint venture entity as a whole shall meet the solicitation bonding requirements. Please respond to this announcement by 10:00 AM (Japan Standard Time) on 18 May 2015 via email to jacinto.amposta@fe.navy.mil and Hiroaki.Tanabe.JA@fe.navy.mil. The subject line of the email shall read: Design Build Airfield Revitalization And Repair, Mcas Futenma, Okinawa, Japan . Respondents will not be notified of the results of the evaluation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084B/N4008415R2006/listing.html)
 
Record
SN03718292-W 20150503/150501235557-290fb4c2f6cd2ead0a11fbca54551560 (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.