Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2013 FBO #4364
SOLICITATION NOTICE

Z -- WHOLE HOUSE REVITALIZATION MIDRISE BUILDING NUMBER 589, U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN - Solicitation SF1442

Notice Date
11/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC FAR EAST, ROICC IWAKUNI, PSC 561, Box 1871, FPO AP 96310-0019, Building 360, Misumi-cho, Iwakuni, 740-0025, United States
 
ZIP Code
00000
 
Solicitation Number
N4008414R5500
 
Archive Date
6/30/2014
 
Point of Contact
Kyoko K Ogawa, Phone: 0827-79-3584
 
E-Mail Address
kyoko.ogawa.ja@usmc.mil
(kyoko.ogawa.ja@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
Enclosure (4) 1 Day Pass Request Form (Sasebo) Enclosure (3) Notice to Offerors Enclosure (2) Pre-Proposal Inquiry Form Enclosure (1) Escort Camera Request Form (Iwakuni) Attachment (4) Construction & Design Experience Project Data Sheet Attachment (3) Past Performance Questionnaire Attachment (2) Standard Form 24, Bid Bond Form Attachment (1) Cost / Price Breakdown Sheet NAVFAC Drawings Part 6-6 NAVFAC Drawings Part 6-5 NAVFAC Drawings Part 6-4 NAVFAC Drawings Part 6-3 NAVFAC Drawings Part 6-1 NAVFAC Drawings Part 6-2 NAVFAC Specification Parts 2-5 Solicitation SF1442 1. SOLICITATION NO. N40084-14-R-5500, WHOLE HOUSE REVITALIZATION MIDRISE BUILDING NUMBER 589, U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN 2. 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. Prior to award of any contract, offerors must be registered to do business in Japan and possess a construction license (Kensetsu Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government. Offerors will be required to provide verification of such construction license prior to award of any contract to the contracting officer if such information is not already on file with or available to the contracting officer. In the case of offers from a joint venture, at least one of the joint venturers must possess and provide verification of such construction license prior to award. 3. 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. 4. This procurement shall utilize One-Step Design-Build Source Selection Procedures issuing one solicitation with the intent to award a Firm Fixed Price Design-Build contract for the project entitled "WHOLE HOUSE REVITALIZATION MIDRISE BUILDING NUMBER 589, U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN". This project will not use Two-Phase Design-Build Source Selection Procedures. 5. The scope of work includes architectural, mechanical, electrical and civil works for a Design- Build project for revitalization of 44 enlisted three-bedroom family housing units and common / public areas located in Midrise Building 589. The project involves sustainment and modernization work including but not limited to the replacement of the cement roof cover and underlying membrane; replacement of all window screens and balcony fences / rails; replacement of all main entry doors; kitchen and bathroom cabinets, fixtures and hardware; replacement of all concrete-finished quarry tile, vinyl composition tile, sheet vinyl and carpet flooring materials; replacement of the roof chiller unit, vent / plumbing exhaust fans, drain scuppers and associated piping, and rooftop exhaust fan controls; replacement of all sewage / domestic drain piping, cold and hot water piping, heating and cooling piping, sewage / domestic vent piping, and associated hardware such as gauges, valves and monitoring equipment; replacement of elevator motors and cabling; replacement of all lighting fixtures, switches, electrical outlets and wiring to meet the current Electrical Safety Codes; and replacement of the existing fire alarm system and TV, telephone, and internet access receptacles and wiring; installation of elevator safety devices per ASME A17.1-84; the installation of security film on the single glazed door and windows; and the installation of additional lighting fixtures, electrical outlets, TV, telephone and internet access receptacles and wiring. The contractor shall furnish all labor, management, supervision, tools, materials, equipment, engineering, and transportation, except otherwise specified, necessary to perform all work. 6. The Government intends to award a single-award contract. 7. Per DFARS 236.204, the magnitude of the Project is between $10,000,000 and $25,000,000 (US DOLLARS using the EXCHANGE RATE = ¥ 81.7098 / $ 1.00). 8. Award will be made to the responsible offerors whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price and non-price factors. 9. Interested offerors can view and/or download the solicitation from the U.S. Government Federal Business Opportunities (FEDBIZOPPS) Website located at www.fedbizopps.gov. In the event the Asia Navy Electronic Commerce Online (AsiaNECO) Website becomes available, the interested Offerors can access, view and / or download the solicitation from https://asia.neco.navy.mil. 10. Hard copies of the solicitation will not be provided. It is the contractor's responsibility to check the websites daily for any amendments to this solicitation. All interested offerors shall register at FEDBIZOPPS at www.fedbizopps.gov and https://asia.neco.navy.mil when AsiaNECO becomes available. 11. 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/portal/public/SAM/. 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. 12. A pre-proposal conference / site visitation is scheduled on 15 Nov 2013, 14:00 hrs (Japan Time). The interested parties shall notify Ms. Kyoko Ogawa of your attendance via e-mail at kyoko.ogawa.ja@usmc.mil or facsimile at 0827-79-6243 by 1630 hrs on 06 Nov 2013. Escort Request Form and Camera Request Forms are also due by 1630 hrs on 06 Nov 2013. Please see Solicitation (SF1442), page 6, Instruction to Offerors for more details. The proposal due date is 1100 hrs on 16 Dec 2013 (Japan Time). 13. The point of contact for this solicitation is Ms. Kyoko Ogawa, Contract Specialist at +011-81-827-79-3584, kyoko.ogawa.ja@usmc.mil, or Mr. Willard Zbaeren, Contracting Officer at +81-956-50-3461, willard.zbaeren@fe.navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084E/N4008414R5500/listing.html)
 
Place of Performance
Address: NAVFAC FAR EAST, MARINE CORPS AIR STATION IWAKUNI, JAPAN, IWAKUNI, Non-U.S., Japan
 
Record
SN03227028-W 20131105/131103233023-efc27472521f6d7bf436ba4dde89f669 (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 |
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.