Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 25, 2014 FBO #4688
SOURCES SOUGHT

Y -- Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design Build and Design Bid Build Construction Japan Wide

Notice Date
9/23/2014
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-15-Z-0002
 
Response Due
10/20/2014
 
Archive Date
11/22/2014
 
Point of Contact
Sean Sackett, 01181464078724
 
E-Mail Address
USACE District, Japan
(sean.p.sackett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers (USACE), Japan Engineer District (JED) has been tasked to solicit for and award an Indefinite Delivery Indefinite Quantity Contract (IDIQ) Multiple Award Task Order Contract (MATOC) for Design-Bid-Build (D-B-B) and Design-Build (D-B) Construction Services Japan in support of customers of the USACE JED. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR 15, Negotiated Procurement using the quote mark Best Value quote mark trade-off process. The purpose of this synopsis is to gain knowledge of the interest, capabilities, and qualifications of various members of industry for NAICS 236220, quote mark Commercial and Institutional Building Construction quote mark. The Government must ensure there is adequate competition among the potential pool of responsible contractors. NOTE: ANY SOLICITATIONS PURSUED ARE INTENDED FOR LOCAL SOURCES ONLY. LOCAL SOURCES ARE THOSE PHYSICALLY LOCATED AND LICENSED TO CONDUCT BUSINESS IN JAPAN. SCOPE OF WORK The scope of work for the resultant contract will primarily be associated with the design, renovation/alteration of existing active facilities, new construction, and major repair. Work may include, but is not limited to: grading, water lines, sewer lines, paving/repaving roadways, painting, roofing, renovation of interiors of existing buildings, new building construction, structural construction, 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, fire alarm systems, telephone systems, asbestos, lead based paint, and petroleum-contaminated material abatement and disposal, and exterior site and systems work such as utilities infrastructure, roadways, sidewalks, parking lots, landscaping, and irrigation. QUALIFICATIONS OF DESIGNERS: All design professionals shall have current registration to practice in the United States or Japan; however, there may be particular task orders involving Fire Protection design and specifically requiring U.S. Professional Registration. Acceptable qualifications for Designers are as follows (Area/Qualifications): A. Architectural/Graduate Architect with professional registration and a minimum of 2 years experience as a licensed professional Architect; B. Civil/Graduate Civil Engineer with professional registration and a minimum of 2 years experience as a licensed professional Civil Engineer; C. Mechanical/Graduate Mechanical Engineer with professional registration and a minimum of 2 years experience as a licensed professional Mechanical Engineer; D. Fire Protection/Graduate Mechanical, Electrical, or related engineering discipline with professional registration and a minimum of 5 years experience dedicated to fire protection engineering that can be verified by documentation or a professional fire protection engineer with a minimum of 2 years experience; E. Electrical/Graduate Electrical Engineer with professional registration and 2 years experience; F. Communication/Graduate Communication Engineer or Electrical Engineer with professional registration and a minimum of 2 years experience as a licensed Communication or Electrical Engineer designing communication systems for buildings or facilities; G. Structural/Graduate Structural Engineer with professional registration and a minimum of 2 years experience as a licensed Structural Engineer; and H. Environmental/Graduate Environmental Engineer with professional registration and a minimum of 2 years experience as a licensed Environmental Engineer. CONTRACTOR'S RESPONSIBILITY FOR DESIGN: A. The contractor shall be responsible for the professional quality, technical accuracy, and the coordination of all designs, drawings, specifications, and other non-construction services furnished by the contractor under this contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiency in its designs, drawings, specifications, and other non-construction services and perform any necessary rework or modifications, including any damage to real or personal property, resulting from the design error or omission. B. The standard of care for all design services performed under this agreement shall be the care and skill ordinarily used by members of the architectural or engineering professions practicing under similar conditions at the same time and locality. Notwithstanding the above, in the event that the contract specifies that portions of work be performed in accordance with a performance standard, the design services shall be performed so as to achieve such standards. C. Neither the Government's review, approval or acceptance of, nor payment of, the services required under this contract shall be construed to operate as a waiver of any rights under this contract or of any cause of action arising out of the performance of this contract. The contractor shall be and remain liable to the Government in accordance with applicable law for all damages to the Government caused by the contractor's negligent performance of any of these services furnished under this contract. D. The rights and remedies of the Government provided for under this contract are in addition to any other rights and remedies provided by law. E. If the contractor is comprised of more than one legal entity, each entity shall be jointly and severally liable hereunder. Selection may be based upon evaluation factors which may include but is not limited to experience, past performance, organizational structure, technical approach, and price. Respondents should also consider substantial mobilization efforts and transportation costs associated with this project as project locations may include various geographical locations within the nation of Japan: Okinawa, Hokkaido, Honshu, Kyushu, Shikoku, and surrounding territories. Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for the design, construction, repair, and/or alteration to sustain, restore, and or modernize administrative buildings, health facilities, warehouses, hangars, ancillary facilities, and schools, using Military Construction (MILCON) and Operations and Maintenance (O&M) processes. Any resultant contract will be for a period of one (1) base year, and four (4) option years, not to exceed five (5) years. Each contract awarded under the IDIQ contract will share the total contract capacity estimated at 49,500,000,000 over the five year period. The Government is seeking contractors with the capabilities to perform up to a minimum of five (5) task orders simultaneously. The estimated minimum size of a task order is 100,000,000 Yen. The estimated maximum size of a task order is 7,500,000,000 Yen with the average size task order being approximately 2,000,000,000 Yen. Contractors should expect to be able to propose and bond for up to seventeen (17) task orders during any given year (base and all optional ordering periods) with the following estimated project magnitudes 500,000,000 - 1,000,000,0000 (8 Task Orders) 1,000,000,000 - 2,500,000,000 (6 Task Orders) 2,500,000,000 - 5,000,000,000 (3 Task Orders) Prior Government contract work is not required for submitting a response under this sources sought synopsis. The North American Industry Classification System code for this procurement is 236220 - Commercial and Institutional Building Construction. The US Small Business Administration Size Standard is $36.5 Million. To make an appropriate acquisition decision for this project, the Government may use responses to this market survey. The type of solicitation issued and the manner of advertisement may depend on the responses to this market survey. Anticipated solicitation issuance date is on or about September 2015, and the estimated proposal due date will be on or about October 2015. The official pre-solicitation notice citing the solicitation number will be issued through Army Single Face to Industry (AFSI) to the Federal Business Opportunities (www.fbo.gov) website inviting companies to register electronically to receive a copy of the solicitation when it is issued. Company's response to this sources sought notice shall be provided on the attached Capabilities Survey. Interested companies shall respond to this Sources Sought Synopsis no later than 12 P.M. Japan Standard Time on October 20, 2014. All interested companies shall be registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. Email your response U.S. Army Corp of Engineers, Japan Engineer District. Interested sources are requested to complete the attached Capabilities Survey and email the completed forms to: Takashi.horiuchi.ln@usace.army.mil and sean.p.sackett.civ@usace.army.mil NOTE: For details of Industry Day, Search W912HV15Z0002 on fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-15-Z-0002/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN03525099-W 20140925/140924000448-52625aa0f21410e794d1cda18f5787b7 (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.