Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

J -- Fencing IDIQ

Notice Date
12/18/2019 5:09:38 PM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA5270 18 CONS LGC APO AP 96368-5199 USA
 
ZIP Code
96368-5199
 
Solicitation Number
Kadena-RFI-Fencing-FY20
 
Response Due
1/8/2020 11:00:00 PM
 
Archive Date
01/24/2020
 
Point of Contact
Anthony Clarke
 
E-Mail Address
anthony.clarke@us.af.mil
(anthony.clarke@us.af.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The 18th Contracting Squadron is seeking industry information and input with regards to a potential Fencing Multiple Award Construction Contract (MACC) and Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) program at Kadena Air Base, Okinawa, Japan and surrounding areas (to include the country of Japan in its entirety). NOTICE: This Sources Sought Synopsis/Request for Information (RFI) is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI. The Sources Sought/RFI is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response. The United States Air Force (USAF) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI. The purpose of this Sources Sought/RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive. A solicitation may be released at a later date. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. PROGRAM DETAILS: The MACC and Single Indefinite Delivery/Indefinite Quantity award contract are used for specialized purposes. Both are firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract that will provide a vehicle for the execution of fencing construction projects. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 35% up to 100% level of effort), renovation, and additions/upgrades, along with specific work in fencing. In-house design capability or ready access to design capability is required. The primary North American Industry Classification System (NAICS) Code for work performed will be NAICS Codes No. 238990. 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 MACC or non- competitively if awarded through single Indefinite delivery/Indefinite quantity (IDIQ) contract. Individual task orders are anticipated to range between $2K - $10M / (�) Yen equivalent. The total program value will not exceed $10M / (�) Yen equivalent over a five-year period. The number of awards the Government will award is still under consideration, however, at this point the Government anticipates awarding a minimum of four (4) contracts. Each contract awarded will contain a maximum ordering period of five years. Performance bonds will be required per individual task order in accordance with Federal Acquisition Regulation Part 28. NOTE: This program will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. The information requested by this RFI will be used within the USAF to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this RFI 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 the USAF, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. CAPABILITY STATEMENT: The Government requests interested parties to submit the following information: (a) Company�s Information [point of contact, name, address, phone number, email, and Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS), and any Joint Ventures or Partnering agreements in place ] (b) Type of business (c) Capability Statement [interested contractors must demonstrate the ability to mobilize and operate throughout the country of Japan, and provide a history of relevant design-build construction experience (value over $100K to include fencing) with simultaneous performance of multiple projects at different locations and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)];and (d) Bonding capability on individual projects and aggregate requirements. Submission of these sample projects should provide the government a complete understanding of your company�s capability to handle the different construction specialties noted in above paragraphs. Please submit the Capability Statement directly to Mr. Anthony Clarke by email at anthony.clarke@us.af.mil. RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above, comprised of the Capability Statement. All interested parties must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). This request is in support of 18 CONS located at Kadena Air Base (AB), Japan. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities website (https://www.fbo.gov/). In order to be considered in this market survey, complete the Capability Statement and respond by 4:00 PM Japan Standard Time (JST), 09 January 2020. If you have any questions, please contact Mr. Anthony Clarke by email at anthony.clarke@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/72c9457941c94db987e3f6d6e10ad9fb/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05520680-F 20191220/191218230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.