Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
MODIFICATION

38 -- Construction MATOC, Okinawa, Japan - DRAFT Basic MATOC Terms

Notice Date
10/10/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-18-Z-0022
 
Point of Contact
KHRISTINA MATTHEWS-SANDOVAL, Phone: 3156459041, Shyloe Werner, Phone: 315-645-4402
 
E-Mail Address
KHRISTINA.M.SANDOVAL.CIV@USACE.ARMY.MIL, shyloe.a.werner.civ@usace.army.mil
(KHRISTINA.M.SANDOVAL.CIV@USACE.ARMY.MIL, shyloe.a.werner.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Basic MATOC Terms ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** SOURCES SOUGHT ANNOUNCEMENT Seeking Sources for a Design Bid Build (D-B-B) and Design-Build (D-B) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for Okinawa, Japan NOTICE: THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The U.S. Army Corps of Engineers, Japan Engineering District (USACE-JED) is seeking industry information and feedback with regards to a future Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) program in Okinawa, Japan. The purpose of this Sources Sought/Request for Information (RFI) announcement is to gain knowledge of interest, capabilities and qualifications from companies licensed to perform construction work in Japan. Responses received will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI announcement. USACE-JED will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI announcement. ACQUISITION INFORMATION: 1. Agency: United States Army Corps of Engineers (USACE), Japan Engineering District (JED) 2. NAICS: 236220; Commercial and Institutional Building Construction 3. Principle Place of Performance: Okinawa, Japan 4. Program Details: The MATOC program is defined as an indefinite-delivery/indefinite-quantity contract entered into with two (2) or more sources pursuant to the same solicitation. The envisioned MATOC program is a firm-fixed price (FFP), IDIQ contract that provides a Design-Build (D-B) and Design-Bid-Build (DBB) vehicle for the execution of a broad range of Military Construction and Sustainment, Restoration and Modernization construction work to support U.S. Government facilities in Okinawa, Japan. Contractors will be expected to accomplish a wide variety of military construction tasks involving multiple engineering/construction disciplines and trades, to include the possibility of design and/or support of design for Sustainment, Restoration and Modernization projects. During the life of the contract, projects will be identified as task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC. Military construction projects include all military construction work necessary to produce a complete and usable facility or a complete and usable improvement to an existing facility (or to produce such portion of a complete and usable facility or improvement as is specifically authorized by law). Projects may include new construction, additions, expansions, extensions, conversions, alterations, or replacements of facilities, associated surveys, demolition and site preparation of facilities. Facility types may include administrative facilities, training facilities, hangars, dormitories, maintenance facilities, and other similar types of facilities for the Department of Defense. Sustainment, Restoration and Modernization construction work includes renovation, maintenance, repair, restoration and alteration of existing facilities, but may also include major repair and new construction. Work may include the restoration, sustainment and/or modernization of water lines, sewer lines, roadways, building exteriors, roofing, building interiors, Heating Ventilation and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipelines, storage systems, distribution and utilization systems (including lightning), power generators and Uninterrupted Power Supplies (UPS), or the abatement and disposal of asbestos, lead-based paint, and petroleum-contaminated material. In addition, work may include completion of design prior to construction. Individual task orders are anticipated to range between $500K - $30M / (¥) Yen equivalent. The total program value is still under evaluation, but not expected to exceed $495M / (¥) Yen equivalent over a seven (7)-year period. The number of awards the Government will award is still under consideration, however, the Government anticipates awarding a contract to all qualifying offerors. Each contract awarded will contain an initial ordering period of two (2) years with an option to extend the contract period for one (1) or more yearly successive periods, not to exceed seven (7) years total, pursuant to a modification of the contract. Performance bonds will be required per individual task order, in accordance with Federal Acquisition Regulation (FAR) Part 28. NOTE: This MATOC program will be performed in its entirety in the country of Japan. A successful offeror must be licensed and registered to perform work in the country of Japan. 5. Capability Statement. The Government requests interested parties submit the following information: a. Company Information [Firm's Name, address, phone number, Email address, Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS), and any Joint Ventures or Partnering agreements in place] b. Capability Statement. Describe your firm's capability and experience relative to the work described in the program details. The narrative should provide the government with a complete understanding of your firm's capability. [Interested firms should demonstrate the ability to mobilize and operate in Okinawa, Japan, provide a history of recent (within seven (7) years) and relevant D-B and D-B-B construction experience (valued over $500K) with simultaneous performance on multiple projects at different locations. Please include the following in each project summary: contract number/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., Prime, Subcontractor, etc.) performed]. Please limit this section to three (3) pages. c. Bonding capability on individual projects and aggregate requirements. d. All interested parties must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/) 6. Market Survey: The Government has developed a list of questions to facilitate discussions that may influence the final version of the Request for Proposal (RFP) issued. Potential offerors having the skills and capabilities necessary to perform under a MATOC are invited and encouraged to complete the attached market survey questions. 7. Response Information: Interested and qualified sources are highly encouraged to provide all information requested above when preparing their Capability Statement and Market Survey responses. Submission of a Capability Statement and/or responses to the Market Survey are not prerequisites to any potential future offerings; however, participation will assist USACE-JED in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and preliminary acquisition planning purposes only and should not be construed as a commitment by the Government in any way. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Interested sources are requested to complete and submit (1) a Capability Statement; and (2) responses to the attached Market Survey, via email, to Shyloe A. Werner at Shyloe.A.Werner.civ@USACE.Army.mil and Khristina M. Sandoval at Khristina.M.Sandoval.civ@USACE.Army.mil by 10:00 a.m. Japan Standard Time (JST), on October 18, 2018. The information requested in this announcement will be used within USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. 8. Industry Day: USACE-JED will hold an Industry Day at 10:00 a.m. JST on October 23, 2018 at the USACE-JED, Okinawa Area Office, Building #364, Room #108. The first part of the event will be informative, wherein the proposed acquisition will be discussed, followed by a Questions and Answers (Q&A) session, wherein members of our staff will be on hand to assist in answering questions and responding to industry feedback. We will provide a brief overview of known/projected construction projects that may be candidates for soliciting off any resultant construction MATOC(s) awarded as a result of this effort. Additionally, we will provide historical information relating to similar size and scope projects awarded by USACE-JED under our current MATOC programs. Market research and industry feedback is an essential part of the Army Corps' acquisition process. As we build our requirements and determine the most appropriate acquisition strategy, industry involvement is critical. We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to attend this event. 9. Industry Day Participation: Companies are limited to four (4) attendees. Companies interested in attending the Industry Day must provide a list of anticipated attendees by 10:00 a.m. Japan Standard Time (JST), on October 18, 2018. The list shall include the following information and shall be provided with your company's Capability Statement and the responses to the Market Survey: Company Name Participant Name (First, Last) Vehicle Number Details on gate/pass access to Camp Foster will be provided upon receipt of the above information. 10. Questions: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer, Shyloe A. Werner at Shyloe.A.Werner.civ@USACE.Army.mil and Contract Specialist, Khristina M. Sandoval at Khristina.M.Sandoval.civ@USACE.Army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-18-Z-0022/listing.html)
 
Record
SN05120087-W 20181012/181010231048-397e628008d471ea6ac8c7e6c3a49e66 (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.