SOLICITATION NOTICE
Y -- Multiple Award Task Order Contract (MATOC) for Design-Build and Design-Bid-Build Construction, Various Locations, Japan (Excluding Hokkaido and Okinawa)
- Notice Date
- 2/12/2009
- Notice Type
- Presolicitation
- NAICS
- 238190
— Other Foundation, Structure, and Building Exterior Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, Japan, US Army Engineer District - Japan, Attn: CEPOJ - CT Unit 45010, APO, AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-09-R-0003
- Response Due
- 3/31/2009
- Archive Date
- 5/30/2009
- Point of Contact
- Takashi Horiuchi, 046-252-0994<br />
- Small Business Set-Aside
- N/A
- Description
- NOTICE: Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations or partnerships) that are physically located in Japan and authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specified in this solicitation. Specifically, a prospective offeror 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 resulting contract. In addition, prior to award of the contract, offeror must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation. PROJECT INFORMATION: The work for task orders to be issued includes, but is not limited to, providing zero to 100% design effort, reproduction, labor, transportation, materials, equipment, and supervision necessary to accomplish various maintenance, repairs, alterations, construction, and demolition work to U.S. Government facilities in Japan, excluding Hokkaido and Okinawa, by means of this Multiple Award Task Order Contract (MATOC). Work required under individual task orders may involve: grading; water lines; sewer lines; paving/repaving roadways; painting; roofing; renovation of interiors of existing buildings; new building construction; structural construction; port improvements; Heating, Ventilating, and Air Conditioning (HVAC) systems and components; refrigeration systems; fire suppression systems; fuel pipeline and storage systems; power and services supplies; distribution and utilization systems (including lighting); power generators and Uninterrupted Power Supplies (UPS); public address systems; security systems; fire alarm systems; telephone systems; and asbestos, lead-based paint and petroleum-contaminated material abatement and disposal. Two (2) or more contract awards will be made. Each contract will consist of a one-year base period and three (3) one-year option periods. The total maximum amount the Government will order under all contracts awarded is the Not to Exceed amount of 1,500,000,000 per period. The guaranteed minimum amount for each contracts base period is 500,000. SOLICITATION INFORMATION: 1. Traditional hard copies of plans and specifications will not be available for this project. Solicitation documents will be provided on Compact Disk-Read Only Memory (CD-ROM) format. 2. Only one copy of the CD-ROM will be provided to applicants who indicate their interest by submitting the following information via e-mail: a. Company Name b. Company Address* c. Phone and Fax Number d. E-mail address e. Point of Contact f. Desired Method of Delivery (Pick-up or Door to Door delivery)** *For companies located in Japan, please provide your address in Japanese (Kanji writing). **For applicants with a delivery address in the U.S., please provide your Commercial Shipping Code (Federal Express is preferred) if faster delivery is desired. All costs for expedited mailing are borne by the applicant). If commercial shipping code is not provided, the CD-ROM will be mailed through the U.S. Postal service which may take up to two weeks. 3. FOR MAINLAND JAPAN PROJECTS. Applicants may pick-up the CD-ROM at Room No. 147, Building 250 (JED building), Camp Zama, Japan (due to heightened security, if you desire pick-up, please make prior coordination via telephone). If door-to-door delivery service is desired, the door-to-door company shall be paid for its services by the applicant (cash-on-delivery chaku-barai). 4. Companies that have not submitted Bidders Mailing List Application to this office on or after April 2005 are requested to go to the U.S. Army Corps of Engineers, Japan Engineer District, Contracting Division website (http://www.poj.usace.army.mil/Contracting) to download the Bidders Mailing List Application. Such companies shall be required to complete Bidders Mailing List Application and submit documents that show they are registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits required to perform the work required under this solicitation prior to or at the time of proposal submittal. 5. Send e-mail requests to takashi.horiuchi@usace.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af9efaba31ef8fee25600c277b25fed3&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District - Japan Attn: CEPOJ - CT Unit 45010, APO AP<br />
- Zip Code: 96338-5010<br />
- Zip Code: 96338-5010<br />
- Record
- SN01750243-W 20090214/090212221252-af9efaba31ef8fee25600c277b25fed3 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |