Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

Z -- Repair Air Conditioning (A/C) Units at Camp Zama, Japan

Notice Date
7/20/2020 12:11:44 AM
 
Notice Type
Sources Sought
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA5209 374 CONS PK APO AP 96328-5228 USA
 
ZIP Code
96328-5228
 
Solicitation Number
FA520920USS01
 
Response Due
7/26/2020 11:00:00 PM
 
Archive Date
08/11/2020
 
Point of Contact
Paola Caceres, Phone: 3152256687
 
E-Mail Address
paola.caceresvillalba@us.af.mil
(paola.caceresvillalba@us.af.mil)
 
Description
This is a Sources Sought Notice for a Market Research purpose only to determine the availability and adequacy of potential and eligible business sources for the title project.� No award will be made from this Sources Sought.� No Solicitation is available at this time.� Vendors who are eligible and interested in this project are requested to respond to SSG Paola Caceres, Contract Specialist, by e-mail at paola.caceresvillalba@us.af.mil or add your firm�s name into interested vendors using �INTERESTED VENDOR LIST� function on this betaSAM (formerly known as FBO) no later than 27 Jul 2020, 1500 hours Japan Standard Time (JST). The requirement is as follows: 1. This project place of performance level of facility security clearance (FCL) is �Top Secret.� �Resultant contractor employees working on-site (and inside the building) must possess a Security Clearance Level Top Secret. Contractor employees working outside of the building are not expected to have a security clearance. 2. This project includes the replacement of 2 sets of A/C indoor units, at Camp Zama, Japan. a. Architectural work includes (but are not limited to): (1) Remove existing ceiling board, access panel, and insulation. (2) Install ceiling consisting of gypsum board, acoustic tile, access panel and insulation. (3) Install insulation under access floor between two rooms. (4) Repair existing mechanical foundation and install waterproof coating. b. Mechanical work includes (but are not limited to): (1) Remove existing A/C units. (2) Remove existing A/C systems ducting and piping. (3) Install new A/C units. (4) Install new ducting and piping for A/C and ventilation systems. (5) Remove and reinstall existing sprinkler heads and head covers. (6) Perform duct cleaning at designated area. c. Electrical work includes (but are not limited to): (1) Remove existing conduit wiring for existing A/C units, fan, demineralizer and other accessories. (2) Install new conduit wiring for new A/C units, fan, demineralizer and other accessories. (3) Modify existing panel boards for A/C. (4) Remove existing fire alarm system and conduit wiring. (5) Install new fire alarm system and conduit wiring. (6) Modify existing fire alarm panel to connect new fire alarm devices. (7) Perform operational test for new fire alarm system and connection to existing sprinkler system, existing A/C system and existing exhaust fan system. d. Performance Period to complete the entire project is 270 calendar days after issuance of Notice-to-Proceed. e. The US Government will provide a list of Government Furnished Materials (GFM) with the solicitation. 3. The magnitude of this project is between $500,000 and $1,000,000 in accordance with (IAW) FAR 36.204, which means the Government�s cost estimate falls in this range. 4. The solicitation method will be Request for Proposal (RFP) or Invitation for Bid (IFB). IFB employs competitive bids, public opening of bids, and award. 5. The Contractor will be required to furnish a Bid Guarantee and Performance Bond for this project. 6. Since the contract is to be performed in Japan, the offerors must meet the following two requirements for OCONUS (Outside Continental United States): a. DFARS 252.225-7042, ""Authorization to Perform"" - The Offeror has been duly authorized to operate and to do business in the country of Japan in which the contract is to be performed, and; b. FAR 52.236-7 (as modified pursuant to AFFARS 5336.507), ""Permits and Responsibilities"" - The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any host government (the Japanese government) and political subdivisions' laws, codes, and regulations applicable to the performance of the work. US vendors shall provide a valid local point of contact with name, number and e-mail address. 7. US vendors may need to sub-contract a portion(s) of the requirement. Vendors shall submit a copy of their capability of sub-contracting with local Japanese vendor(s) to perform incidental work, such as rent tools, equipment, scaffolding or vehicles (transportation of GFM or disposal of debris etc.). 8. DoD response to COVID-19: US Contractors traveling to Japan must adhere to the directives of medical personnel and Commanders regarding an Order into Quarantine or Isolation. In accordance with (IAW) the COM USFJ Force Public Health Order, dated 25 March 2020, and FRAGOs, all U.S. military commands, DoD retirees, contractors, and any other persons with access to installations in Japan are required to adhere to the directives of medical personnel and Commanders regarding access to installation facilities, Restriction of Movement (ROM), quarantine, or isolation for select individuals. a. The Contractor will be required to place their U.S. personnel under ROM in an off-post residence for no less than 14 days beginning from the date they arrive to Japan, and prior to the contract�s period of performance. b. Personnel in ROM status requiring restriction to their place of residence may briefly exit their place of residence or domicile only to do activities of short duration such as laundry (with appropriate sanitization of any shared surfaces afterwards), taking a pet for a short walk while keeping a distance from others, wellness breaks taken in the yard immediately surrounding their residence or domicile or obtaining essential services. c. Essential services include take-out food, grocery shopping, gasoline, postal services, medical supplies, veterinary services, household cleaning supplies, and shopping for personal care necessities such as toiletries. All travel for non-essential services is prohibited until the expiration of the ROM period. Non-essential services include but are not limited to sit-down restaurants, bars, night clubs, onsens and public baths, off-base fitness facilities, shopping malls, leisure shopping, movie theaters, arcades, indoor game centers, and Pachinko halls. For all personnel residing off-base, they may still travel within the immediate vicinity of their residence to obtain essential services. Private transportation shall be used for essential services travel to the maximum extent possible. d. Personnel in ROM must maintain social distancing at all times and avoid any close physical contact while performing these aforementioned activities outside of their place of residence/domicile building. The CDC defines social distancing as ""remaining out of congregate settings, avoiding mass gatherings, and maintaining distance (approximately 6 feet or 2 meters) from others ....� Personnel in ROM must avoid social gatherings and all public locations (e.g., commissary, exchange, gymnasium, or other locations reasonably expected to have other people present). 9. This notice does not obligate the Government to solicit and award contracts nor does it obligate the Government to pay potential offerors for any costs. 10. The information contained in this notice is subject to change.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/906d5083aee3434e9f88e1570cb07fb9/view)
 
Place of Performance
Address: Camp Zama, JPN
Country: JPN
 
Record
SN05726882-F 20200722/200720230152 (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.