MODIFICATION
Y -- Market Survey - Indefinite Delivery/Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Design-Build / Design-Bid-Build Construction in Okinawa.
- Notice Date
- 1/9/2018
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-18-Z-0006
- Archive Date
- 2/7/2018
- Point of Contact
- Jennifer H. Knutson, Phone: 3156459068, Sean P. Sackett, Phone: 81464078836
- E-Mail Address
-
jennifer.h.knutson.civ@usace.army.mil, sean.p.sackett@usace.army.mil
(jennifer.h.knutson.civ@usace.army.mil, 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-Build (D-B) and Design-Bid-Build (D-B-B) Construction Services in Okinawa in support of customers of the USACE JED. The proposed contract will be a competitive firm-fixed-price contract procured in accordance with FAR Part 15, Negotiated Procurement using Lowest Price Technically Acceptable source selection process. The purpose of this synopsis is to gain knowledge of the interest, capabilities, and qualifications of various members of industry for NAICS 236220 - Commercial and Institutional Building Construction. 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 SOURCES 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 renovation/alteration of existing active facilities, but may also include major repair and new construction. 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. Selection may be based upon evaluation factors which may include but is not limited to experience, past performance, organizational structure, and price. Under this contract, the contractor shall provide all necessary labor, material, supervision, and equipment for 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 base period of five (5) years. Each contract awarded under the IDIQ contract will share the total contract capacity estimated at 4,900,000,000 Yen 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 700,000,000 Yen with the average size task order being approximately 100,000,000 - 400,000,000 Yen. Contractors should expect to be able to propose and bond for up to six (6) task orders a year 50,000,000 Yen - 100,000,000 Yen (3 Task Orders) 100,000,000 Yen - 250,000,000 Yen (1 Task Order) 250,000,000 Yen - 800,000,000 Yen (2 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 1 May 2018, and the estimated proposal due date on or about 15 June 2018. The official pre-solicitation notice citing the solicitation number will be issued through Federal Business Opportunities (www.fbo.gov). Interested sources are requested to complete the attached Sources Sought Survey and email the completed forms to: Jennifer.H.Knutson.civ@usace.army.mil and Sean.P.Sackett@usace.army.mil no later than 2 P.M., 23 January 2018, Japan Standard Time. All interested companies shall be registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-18-Z-0006/listing.html)
- Place of Performance
- Address: Okinawa, Japan, Japan
- Record
- SN04784406-W 20180111/180109230836-82d7fdca3ce4dc058942cda8ed5c001a (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 |