MODIFICATION
Z -- Simplified Acquisition of Base Engineer Requirements (SABER) Contract at U.S. Army Installations, Camp Zama and other geographically-separated units (GSUs) within Honshu, Japan
- Notice Date
- 6/10/2022 5:37:11 AM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- FA5209 374 CONS PK APO AP 96328-5228 USA
- ZIP Code
- 96328-5228
- Solicitation Number
- FA520922R0006
- Response Due
- 7/14/2022 10:00:00 PM
- Archive Date
- 10/30/2022
- Point of Contact
- Emi Yasuda, Phone: 81425521046, Fax: 81425510973, Keisuke Kiyotaka, Phone: 81425521046
- E-Mail Address
-
emi.yasuda.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil
(emi.yasuda.jp@us.af.mil, keisuke.kiyotaka.jp@us.af.mil)
- Description
- This is a solicitation notice for an Indefinite Delivery/Indefinite Quantity (IDIQ), Simplified Acquisition of Base Engineer Requirements (SABER) Contract at U.S. Army Installations, Camp Zama and other geographically-separated units (GSUs) within Honshu, Japan.���� ������ Simplified Acquisition Base Engineering Requirements (SABER) is a single-award, indefinite delivery/indefinite quantity (IDIQ) construction acquisition based on a general statement of work further defined with each individual task order. The SABER program will consist of, but not limited to, a broad range of maintenance, repair, and minor construction work on real property at U.S. Army Installations, Camp Zama, Sagamihara Family Housing Area, Sagami General Depot, Yokohama North Dock, Akasaka Press Center in Kanto Plain, and Remote Sites; Kure Pier 6, Kawakami Ammunition Depot, Akizuki Ammunition Depot, Hiro Ammunition Depot in Hiroshima areas, Shariki Communication Site in Aomori, Kyougamisaki Communication Site in Kyoto or in the general vicinity in support of U.S. Government requirements. The Government will make no representation as to the number of task orders or actual amount of work to be ordered under this IDIQ contract in excess of the minimum guaranteed amount of JPY 500,000.� The maximum aggregated amount of task order(s) including the base (5 years) and one (1) 2-year option period shall not exceed the maximum value of $49,000,000 (Japanese Yen equivalent amount).� The award will be made to a single contractor.� Schedule of Pre-Performance Conference, Questions, Past Performance Questionnaires (PPQs), and Proposals: - A pre-proposal conference will be conducted at Directorate of Public Works (DPW), Bldg. 642, Conference Room A/B at Camp Zama on 24 Jun 22 at 0930 hours for the purpose of answering questions regarding this solicitation.��All offerors who will be attending the conference shall furnish in writing (e-mail) the information required in AF PGI 5315.209-90, Solicitation Provisions and Contract Clauses, Notice of Pre-Bid/Pre-Proposal Conference, of the RFP to the POCs, Ms. Emi Yasuda and Mr. Keisuke Kiyotaka, 374 CONS/PKAA via e-mail at emi.yasuda.jp@us.af.mil and/or keisuke.kiyotaka.jp@us.af.mil not later than 16 Jun 22 at 1000 hours. �NO EXCEPTIONS. If you need Government�s escort from the Gate 4 of Camp Zama, please also send USAG-J Form 1529 (One time/Multiple Access Roaster) to the POCs in addition to the required information in the instruction. - Sample drawings for Mock Project is provided upon request to offerors by Email. - Offerors who have any questions on the RFP prior to the pre-proposal conference are requested to submit the questions to the all POCs not later than 21 Jun 22 at 1500 hours. - PPQs, as required in Attachment J-7, L-100 PROPOSAL PREPERATION INSTRUCTIONS, para B.4(b) and Past Performance Evaluation Cover Letter (Attachment J-5), shall be submitted by the respondents directly to the government�s POCs. - Proposals in compliance to Attachment J-7, L-100 shall be submitted by 1400 hours on 15 Jul 22 �Information provided at this conference shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should include minutes of the meeting, including questions (on a non-attribution basis) and answers. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at https://sam.gov/ in order to receive notification and/or changes to the solicitation. In order to be eligible for award, registration in the System for Award Management (SAM) database is required at https://www.sam.gov/; the following NOTE must be satisfied due to award and performance to be made in Japan. � NOTE: ��This acquisition is unrestricted; however, this solicitation includes clauses authorized for the purpose of construction effort in Japan.� The offerors must meet the following two requirements for OCONUS (Outside Continental United States):� (1) DFARS 252.225-7042, �Authorization to Perform� � The offeror has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed, and (2) FAR 52.236-7 (modified IAW 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 and political subdivisions laws, codes, and regulations applicable to the performance of the work. This notice does not obligate the Government to award a contract(s) nor does it obligate the Government to pay for any proposal preparation costs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ba77afe422f044618632f5e569924a47/view)
- Place of Performance
- Address: 0, AP 96343-5006, USA
- Zip Code: 96343-5006
- Country: USA
- Zip Code: 96343-5006
- Record
- SN06354277-F 20220612/220610230100 (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 |