Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

Z -- Indefinite Delivery Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan

Notice Date
1/29/2024 5:39:25 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008424R0041
 
Response Due
2/12/2024 9:30:00 PM
 
Archive Date
02/28/2024
 
Point of Contact
Tomoko Kanzaki, Phone: 0468164095, Ross Yamato, Phone: 0468169928
 
E-Mail Address
Tomoko.Kanzaki.ln@us.navy.mil, ross.w.yamato.civ@us.navy.mil
(Tomoko.Kanzaki.ln@us.navy.mil, ross.w.yamato.civ@us.navy.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BID. The intent of this notice is to identify qualified and interested offerors for information and planning purposes. The information received will be utilized within the Navy to facilitate the decision making process and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Naval Facilities Engineering Command, Far East (NAVFAC FE) Core Execution Team (CET) is seeking potential sources for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for construction projects at various locations on U.S. Government Installations in the Okinawa Region, Japan. Construction projects to be performed will primarily consist of general building type projects, including repair work, renovation, alteration, construction, demolition, and any necessary design, to shore facilities. The scope of work may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry. The Contractor may be provided full-blown plans and specifications, sketches, no design, or may be required to do design-build. Depending on the work to be accomplished, additional prescriptive Unified Facilities Guide of Specifications (UFGS) will be required. The Contractors shall be expected to respond and have the capability to respond to several Requests for Proposal (RFP) in a short period of time and manage several construction projects simultaneously.� There are two (2) types of task orders in this MACC: (1) Design-Bid-Build, where the Contractor will perform the construction only; and (2) Design-Build, where the Contractor will perform both the design and construction.� The resulting contract, if any, is anticipated to have an eight-year ordering period (Base plus 7) with an aggregate value of up to $1,000,000,000 for all contracts, whichever comes first. MACC contractors will compete for task orders which typically range between $150,000 to $50,000,000; however, task orders below or above these amounts may be considered if deemed to be in the Government�s best interest. Task orders may require both design and construction services. The Government makes no representation as to the number of task orders or actual amount of work to be ordered; however, during the term of the contract, a minimum amount will be guaranteed for each awardee. Contractors are not guaranteed work in excess of the minimum about that will be established. The North American Industry Classification System (NAICS) code for this procurement is 236220, Commercial and Institutional Building Construction, with an annual size standard of $39.5M. Located on U.S. Government Installations in the Okinawa Region, Japan. The Request for Proposal (RFP), if any, is anticipated to be issued on or around June[YRWCUN1]�[KTJUN2]� 2024. An in-person site visit for a seed project, if any, would likely be held on or about 30 days after the RFP issuance. Attendees will be limited to a maximum three (3) people from each company. Submission of a list of potential site visit attendees, and any required documentation would likely be required within five (5) days of the RFP issuance, if any. The draft Plans and Specifications (P&S) will be released as part of the Government�s effort to improve contractor understanding of Government requirements and possibly increase efficiency in proposal preparation. Any comments received in regards to this requirement may be taken into consideration in the development of a final RFP (if any). The Government will not provide responses to comments received. Issuance of this draft P&S shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this draft P&S or otherwise pay for review comments. All information provided will be held in a confidential manner. Comments shall be provided with complete information, as the Government does not intend to see clarification. CONTRACTOR LICENSING REQUIREMENTS: Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan.� Contractors must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract.� Contractors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract.� Offerors will be required to provide verification on such license prior to award of any task order to the Contracting Officer if such information is not already on file with or available to the Contracting Officer. STATUS OF FORCES AGREEMENT: The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; nor will the U.S. Government certify any employees of a contractor as �Members of the Civilian Component� under Article I(b) of the SOFA. SUBMISSION REQUIREMENTS: Interested firms should submit a brief capabilities statement package (no more than 12 single-sided pages or 6 double-sided pages, in the English language, including attachments, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. The capabilities package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the defined work. Interested firms may submit information using Enclosure (1), Sources Sought Contractor Information Form, to demonstrate capabilities, capacity and experience. Interested sources do not need to meet Joint-Venture requirements at this point since this Sources Sought Notice is solely for market research purposes and not a Request for Proposals (RFP). Respondents will not be notified of the results of the Navy�s market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. Please respond to this Sources Sought announcement electronically to Ms. Tomoko Kanzaki at tomoko.kanzaki.ln@us.navy.mil and Mr. Ross Yamato at ross.w.yamato.civ@us.navy.mil no later than 14:30 PM Japan Standard Time (JST) on Tuesday, 13 February 2024. NO TELEPHONE CALLS OR FACSIMILES WILL BE ACCEPTED. Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa04ab2ce7aa4c359651d30bc2c97590/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06948657-F 20240131/240129230050 (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.