Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

Z -- B989 REPLACE CHILLER AT THE U.S. NAVAL AIR FACILITY (NAF), ATSUGI, JAPAN

Notice Date
7/1/2024 7:17:38 PM
 
Notice Type
Presolicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008424B8004
 
Response Due
7/16/2024 10:00:00 PM
 
Archive Date
07/22/2024
 
Point of Contact
Midori Otomo, Phone: 046-763-3144, CHITO BONG Carabeo, Phone: 3152643143
 
E-Mail Address
midori.otomo.ln@us.navy.mil, chitobong.f.carabeo.civ@us.navy.mil
(midori.otomo.ln@us.navy.mil, chitobong.f.carabeo.civ@us.navy.mil)
 
Awardee
null
 
Description
1. THE SUBJECT REQUIREMENT IS BEING SYNOPSIZED IN ACCORDANCE WITH FAR 36.213-2. THIS IS A SYNOPSIS ONLY. THIS IS NOT AN INVITATION FOR BID (IFB).2. PROJECT DESCRIPTIONThe Contractor shall provide all labor, management, supervision, tools, material, and equipment required for replace existing water cooled type chiller unit with new one. The work includes removal of existing chiller unit, expansion tank, condenser water piping, and those related piping, pipe insulation, valves, and accessories, provision of those new units and related items, butterfly valves and gate valve, and also modification of existing concrete foundation, power and control conduit wiring, all in accordance with the contract drawings. The work also includes abatement of asbestos containing material (ACM), material containing lead (MCL), and paint with lead (PWL), as shown in the subparagraphs below. The work also includes related work which is defined as temporary work and relevant work required to accomplish this project. This work does not include unforeseen site conditions. In accordance with DFARS 236.204, the magnitude of this project is 10,000,000 JPY ? 25,000,000 JPY. 3. The IFB will be issued on or after 17 July 2024. A site visit will be scheduled at a later date. The tentative bid opening will be on or around 21 August 2024. The awardee shall complete the entire work, ready for Beneficial Occupancy Date (BOD) not later than 330 calendar days from the date of award, and Execute Contract Completion Date (CCD) within 90 calendar days after BOD. 4. Plans will be available for inspection without charge through https://sam.gov/.5. CONTRACTOR LICENSE REQUIREMENTAny 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.6. STATUS OF FORCES AGREEMENT (SOFA)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 intend to certify any employees of a contractor as ?Members of the Civilian Component? under Article I (b) of the SOFA.7. INTERESTED OFFERORSInterested offerors can view and/or download the solicitation from this website at https://sam.gov, when it becomes available on or after 17 July 2024. It is the offerors responsibility to check the websites daily for any amendments to this pre-solicitation and the posting of the solicitation. Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov. Offerors must have an active registration in SAM and must have active Representations and Certifications in SAM. Interested offerors are encouraged to register as soon as possible.8. NIST SP 800-171In accordance with DFARS 252.204-7019, National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 is applicable. In order to be considered for an award, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see DFARS 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/asda/dpc/cp/cyber/safeguarding.html#nistSP800171 (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information system relevant to the offer. (2) If the Offeror does not have a summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may conduct and submit a Basic Assessment to mailto:webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of DFARS 252.204-7019.Please be advised that prior to award of a contract, contractors are required to implement NIST SP 800-171, in accordance with DFARS 252.204-7012, and are required at time of award to have at least a Basic NIST SP 800-171 DoD Assessment that is current. The Contracting Officer will verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the SPRS (See DFARS 252.204-7019), prior to award.Please note the assessment must be for the ?offeror? so if your firm is a JV or LLC, the assessment must be completed for the JV or LLC.9. DISCLAIMERThis notice does NOT constitute a Request for Proposal or a commitment on the part of the government to award a contract, nor, to pay for any costs incurred as a result in replying to this notice. This notice shall not be construed as a commitment by the Government for any purpose. The point of contact for this solicitation is Ms. Midori Otomo, Contract Specialist at +81-467-63-3144 Midori.Otomo.LN@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8401f55c34034fcf92d22ae6ba0a8a71/view)
 
Record
SN07113741-F 20240703/240701230108 (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.