Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2019 FBO #6512
SOURCES SOUGHT

Y -- D-B/D-B-B Construction MATOC Honshu

Notice Date
9/22/2019
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-19-Z-0016
 
Archive Date
11/7/2019
 
Point of Contact
Jennifer H. Knutson, Phone: 3156459068, Norman G. Mackie, Phone: 81464078724
 
E-Mail Address
jennifer.h.knutson.civ@usace.army.mil, norman.g.mackie.civ@usace.army.mil
(jennifer.h.knutson.civ@usace.army.mil, norman.g.mackie.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for a potential upcoming Multiple Award Task Order Contract (MATOC) for Honshu, 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 to assist the Government's acquisition planning. Interested and qualified sources are highly encouraged to provide all information requested below. Submission of a response is not a prerequisite to any potential future offerings; however, participation will assist the Government in tailoring requirements to be consistent with industry capabilities. We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought. Market research and industry feedback is an essential part of the acquisition process. As we build our requirements and determine the most appropriate acquisition strategy, industry involvement is critical. This Sources Sought/RFI does not constitute a commitment by the Government for any follow-on announcements, solicitation or award. This is NOT a solicitation. Responses received will not be considered proposals nor will any award be made as a result of this announcement. POJ will NOT be responsible for any costs incurred by interested parties in responding to this announcement. Respondents will not be notified of the results of the evaluation. 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. SYSTEM FOR AWARD MANAGEMENT (SAM): All interested companies shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov Effective 29 April 2018, a notarized letter is required to be sent to the Federal Service Desk (FSD) on all CURRENT registrants at System for Award Management (SAM) who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the FSD will activate the entity's registration. Instructions concerning this procedure can be accessed from the FAQ link at the SAM website https://www.sam.gov. See attachment, "SAM Header" for the screenshot showing where the FAQ link is. The FAQ link will take you to the FSD website. According to the instructions, international entities are required to send, in addition to the original notarized letter, a scanned copy to the FSD. Submit a service ticket (use the Web Form) at the FSD website https://www.fsd.gov to send a scanned copy. Entities will need to create an account at the FSD website in order to utilize the Web Form. LOCAL SOURCES - BIDDERS MAILING LIST APPLICATIONS. Firms which have not submitted Bidders Mailing List Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx to download the Bidders Mailing List Application. Such firms shall be required to complete the aforementioned application and submit documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted prior to bid/proposal submission to allow POJ to verify your company as a "Local Source." ------------------------------------------------------------------------------------------------- Project Title: Design-Build (D-B) / Design-Bid-Build (D-B-B) Construction Multiple Award Task Order Contract (MATOC) Honshu Place of Performance: Various Locations - Within/Near Honshu, Japan NAICS: 236220 - Commercial and Institutional Building Construction Product Service Code: Y - Construction of Structures and Facilities Description: A MATOC is an Indefinite-Delivery-Indefinite-Quantity (IDIQ) contract awarded to multiple contractors to fulfill various construction projects. Individual projects will be awarded through issuance of a Task Order competed amongst MATOC contractors only. Contractors will be expected to execute a broad range of D-B and D-B-B Military Construction (MILCON) and Sustainment, Restoration and Modernization (SRM) projects on U.S. Government installations throughout Honshu, Japan. Projects may be new construction, additions, expansions, extensions, conversions, alterations, renovations, or replacements of facilities, associated surveys, demolition and site preparation of facilities. Work may include, but not limited to: grading, water lines, sewer lines, paving/repaving roadways, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, Heating, Ventilating, and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipeline and storage systems, power and services supplies, distribution and utilization systems (including lighting), power generators and Uninterrupted Power Supplies (UPS), public address systems, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum contaminated material abatement and disposal. Project magnitude for individual task orders are anticipated to range between ¥50,000,000 ~ ¥500,000,000 ($500,000 ~ $5,000,000). The total contract capacity will not exceed $95,000,000 / ¥ Yen equivalent over a five (5) year period, regardless of the number of contracts awarded. Performance bonds will be required per individual task order, in accordance with Federal Acquisition Regulation (FAR) Part 28. Specific locations include the following installations within/near Honshu, Japan: Camp Zama Sagamihara Family Housing Area Sagami General Depot Akasaka Press Center Kure Pier 6 Kawakami Ammunition Depot Akizuki Ammunition Depot Hiro Ammunition Depot Shariki Communication Site Kyogamisaki Communication Site Yokohama North Dock Camp Fuji Misawa Air Base Yokota Air Base Yokosuka Naval Base Atsugi Naval Base MCAS Iwakuni Sasebo Naval Base A successful offeror must be licensed and registered to perform construction work in the country of Japan - see Bidder Mailing List information above. PROCUREMENT METHOD: Responses to this market survey will assist the Government in acquisition planning. Any solicitations pursued will be intended for local sources only. See information in the Introduction section of this announcement regarding local sources. REQUESTED INFORMATION Interested sources are requested to provide the following information: 1. Company Name, Address, DUNS Number, and CAGE code 2. Point of Contact (POC) Name, Telephone Number, and Email Address 3. Describe/explain the following for your firm, please do not exceed five (5) pages: a) Your firm's primary line of business, i.e. does your firm specialize in a specific discipline (construction management, civil, mechanical, etc). b) Your firm's capability, experience, and role (Prime Contractor, Subcontractor, etc.) in performing various construction projects described above. c) Your firm's ability to mobilize and work multiple projects with multiple disciplines concurrently at various locations. d) Where your firm's resources are located. e) The locations your firm can support (of the locations identified above). f) Your firm's level of interest in this acquisition if formally advertised. g) Your firm's interested role in this MATOC program (Prime Contractor, Joint Venture, Subcontractor). h) Does your firm have in-house personnel/engineers to perform D-B contracts or do you subcontract this out? 4. Provide a list of relevant or similar individual D-B and D-B-B projects/task orders over ¥50,000,000 ($500,000) completed in the past 7 years. Please do not exceed three (3) pages. a) Contract Number (if applicable) b) Customer / Agency c) Project Title d) Project Scope/Description/Location (specify if D-B or D-B-B) e) Project Magnitude (contract amount) in Japanese Yen f) Date Completed or Percent Complete g) Your Role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) 5. Provide a list of IDIQ/MACC/SATOC contracts your firm is currently involved in for other US Government agencies within Japan. a) Contract Number b) Customer/Agency c) Project Scope/Description/Location d) Contract Capacity e) Role (Prime, Subcontractor, Joint Venture) 6. Are there other IDIQ/MACC/SATOC solicitations that you are interested in/aware of that may affect your participation in this solicitation, if formally advertised? a) Solicitation Number b) Customer/Agency c) Project Scope/Description/Location 7. Identify your current construction bonding capability: a) Single Contract Amount b) Aggregate Maximum Contract Amount c) Name of Sureties 8. Do you recommend soliciting and awarding IDIQ contracts for separate locations (Kanto Plain Area, Misawa Area, Iwakuni Area, Sasebo Area)? Would this increase your ability or level of interest to participate? 9. Do you have specific concerns regarding Design-Build projects? 10. Other comments, suggestions, concerns, or information that may increase your ability or level of interest to participate in this acquisition. 11. Please send your responses via e-mail to the following individuals no later than 23 October 2019, Japan Standard Time. Jennifer.H.Knutson.civ@usace.army.mil Norman.G.Mackie.civ@usace.army.mil Tristin.N.Suetsugu.civ@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-19-Z-0016/listing.html)
 
Place of Performance
Address: Various Within/Near Honshu, Japan, Japan
 
Record
SN05454081-W 20190924/190922230034-5f5845bb4b6ab2c9854faf0ecf0b184e (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.