Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

Y -- Design Build (DB) / Design Bid Build (DBB) General Construction

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40084 NAVFAC FAR EAST, FEAD ATSUGI PSC 477, Box 15, FPO AP 96306-0001 Mubanchi Oogami, Ayase Kanagawa,
 
ZIP Code
00000
 
Solicitation Number
N4008417RXXX2
 
Response Due
9/11/2017
 
Archive Date
1/11/2018
 
Point of Contact
Carmelita C. Lariba
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. SOLICITATION OR SPECIFICATIONS MAY BE POSTED ON OR AROUND Fiscal Year 2019. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), Atsugi, Japan implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. 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 sources sought; 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. NAVFAC Far East Acquisition, Atsugi, Japan is seeking interested, eligible, qualified, responsible prospective Construction firms capable of providing Design Build (DB) and Design/Bid/Build (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ), FIRM-FIXED-PRICE, MULTIPLE AWARD CONSTRUCTION CONTRACTS, for facilities primarily located within the Area of Responsibility (AOR) of NAVFAC FEAD Atsugi, Japan, in support of the U.S. Government s construction and other operations of the U.S. Naval Air Facility, Atsugi, Japan, and other U.S. Forces Japan controlled area including but not limited to; U.S. Marine Corps Combined Arms Training Center (CATC), in Kanto Plain. Camp Fuji, Japan; U.S. Naval Auxiliary Landing Field, Kisarazu, Chiba; and other various locations in Kanto Plains operational area, Japan. This contract(s) will require the ability to manage multiple task orders concurrently across the PWD FEAD, Atsugi AOR. This MACC will encompass a wide range of DB and DBB projects that include, but are not limited to, new construction, demolition, repair, alteration, and renovation of buildings, systems and infrastructure, and may include civil, structural, mechanical, electrical, fire protection, and communication systems. Types of facilities include administrative, industrial, operational, maintenance, warehouses, hangars, communications, personnel support, recreation, lodging, dormitory, medical, training, ranges, roads, etc. The selected contractor(s) will be responsible for all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation to perform all of the services described in the drawings and specifications provided for each individual project. No more than three (3 ) contracts will be awarded as a result of this potential solicitation. The duration of the contract(s) will be for one (1) year from the date of contract award with four (4) one-year option periods. The total five- year (base and four one-year options) estimated construction cost for all contracts MAY not exceed an EST $90,000,000.00 or 11,020,671,000 for the life of the contract. Projects awarded on this MACC MAY have an estimated construction cost of approximately $300,000.00 OR 36,735,570 to $10,000,000.00 OR 1,224,519,000; however, smaller and larger dollar value projects may be considered. The appropriate Northern American Industry Classification System (NAICS) code for the majority of projects under this MACC is 236220 Commercial and Institutional Building Construction, with a size Standard is $36.5M. DRAFT SCOPE OF WORK 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. Construction projects will be for 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. Contractors shall provide all labor, management, supervision, tools, materials, equipment, engineering, and transportation needed to perform various repairs, alteration, construction and demolition work to shore-based facilities. Submittal Requirements: Statement of Capabilities, Interested firms may submit the information as follows: I. STATEMENT OF CAPABILITY (SOC). Technical qualifications, capabilities, capacity, and experience to perform the project set forth in this notice Sources Sought. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy s decision to proceed with the acquisition of the Project. Interested firms must submit a SOC, which describes, in detail, the firm s capability of providing these services at various Military and other Federal facilities worldwide. The Firm s SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers; (4) indicate if the firm is registered in the Department of Defense (DOD) database or System for Award Management (SAM) at www.sam.gov, include the Firm s DUNS Number and CAGE Code. II. Firm s Past Performance information of projects performed similar to the project stated herein. List up to three to five projects performed within the last five years. Provide information on recent past projects that best illustrate the Firm s qualifications for this Project. Provide information on experience of key personnel showing experience in providing inspection/assessment services. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer s name, current telephone number; d) Contracting Officer s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work. i) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The Firm s SOC must be complete and sufficiently detailed to allow for a determination of the firm s qualifications to perform the defined Project. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). III. RESPONSES ARE DUE NLT 11 SEPTEMBER, 1600 JST The package shall be sent either by delivery mail service (Takuhaibin) who has a gate access pass to Naval Air Facility Atsugi) to the following address: Naval Facilities Engineering Command, Far East, ACQ, (ATTN: Ms. Carmelita C. Lariba) PSC 477, Box 15, FPO AP 96306-1215, BLDG 89 or electronically to carmelita.lariba@fe.navy.mil or naoko.umemoto.ja@fe.navy.mil. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Carmelita C. Lariba, by e-mail at carmelita.lariba@fe.navy.mil or Ms. Naoko Umemoto at naoko.umemoto.ja@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084F/N4008417RXXX2/listing.html)
 
Place of Performance
Address: ATSUGI, AYASE, AP
Zip Code: 96306
 
Record
SN04626076-W 20170813/170811232747-e1dbc64d32c69837ff2ac11b7e2042cf (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  © 1994-2020, Loren Data Corp.