SOLICITATION NOTICE
Y -- RELOCATION & DEMOLITION OF IFLOLS UNIT CONCRETE PADS ON RWY02/20 AT U.S. MARINE CORPS AIR STATION IWAKUNI, JAPAN (ID# 3823218)
- Notice Date
- 10/9/2019
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- 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
- N4008420B5501
- Archive Date
- 11/30/2019
- Point of Contact
- Youko Abe, Phone: 81827794501
- E-Mail Address
-
youko.abe.ja@usmc.mil
(youko.abe.ja@usmc.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. THIS IS A PRESOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR INVITATION FOR BIDS. NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. 2. Proposed Solicitation Number: N4008420B5501. FSC Code: Y1BZ; NAICS Code: 237310. 3. LOCAL SOURCE RESTRICTIONS. This solicitation is intended only for local sources in accordance with FAR 5.202 (a)(12). Local sources are those persons or entities that, prior to award, are lawfully registered to conduct business in Japan. Bids from non-local sources will not be considered under this solicitation in accordance with provisions of the U.S.-Japan Status of Forces Agreement. 4. CONTRACTOR LICENSING REQUIREMENTS. Prior to award of any contract, bidders 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. Bidders 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. 5. PROJECT SCOPE: The work includes site preparation for Improved Fresnel Lens Optical Landing System (IFLOLS) as described in contract drawings and specifications. The incidental related work is defined as temporary work and relevant work which are required to accomplish this project. The work includes but not limited to; Electrical Work (1. Raise concrete foundation for IFLOLS power panels) and Civil Work (1. Remove existing concrete pads, asphalt pavement and concrete survey markers; 2. Remove existing sod and topsoil, then fill decompose granite sand to each indicated elevations and slopes, and finish with sod; 3. Provide concrete pads for installation of IFLOLS units and asphalt concrete access roads; 4. Provide survey markers). Performance Period is 150 calendar days after date of award. 6. ESTIMATED COST RANGE. Between 25,000,000 yen and 50,000,000 yen 7. BONDING REQUIREMENT. Bid Bond and Performance Bond will be required for this solicitation. 8. SYSTEM FOR AWARD MANAGEMENT REGISTRATION. Bidders must be ACTIVELY registered in the System for Award Management (SAM) database to be eligible for award. For more information please go to https://www.sam.gov. Bidders shall complete the provisions associated with the annual representations and certifications identified in the Federal Acquisition Regulation (FAR) subpart 4.1202 and Defense FAR Supplement (DFARS) subpart 204.1202. Interested contractors are encouraged to register as soon as possible. 9. PLANNED SOLICITATION ISSUING DATE. On or about 25 Oct 2019. The Government does not intend to issue amendment(s) to this Presolicitation Notice if/when the planned solicitation issuing date is changed. Interested contractors can view and/or download the solicitation from Federal Business Opportunities (FBO) website at https://www.fbo.gov/ when it becomes available. 10. Hard copies of the solicitation will not be provided. It is the Contractor's responsibility to check the websites periodically for any amendments to this solicitation. All interested contractors shall register at the website https://www.fbo.gov/. 11. Interested firms are requested to provide FEAD Iwakuni with capability statements including at a minimum: 1. Company Name, DUNS Number and CAGE Code, 2. Mailing Address, and 3. Point of Contact Information including phone/fax numbers and email address. Capabilities statement should be submitted via email to Youko Abe at youko.abe.ja@usmc.mil. However, any information submitted by respondents to this notice is strictly voluntary. 12. The information being provided does not constitute a Request for Proposal, Request for Quote, Invitation for Bids, or a commitment of the part of the Government neither to award a contract, nor to pay for any costs responding to this notice and / or to the solicitation. This notice shall not be construed as a commitment by the Government for any purpose. The point of contact for this notice is Ms. Youko Abe, Contract Specialist, at telephone 0827-79-4501, email: youko.abe.ja@usmc.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084E/N4008420B5501/listing.html)
- Place of Performance
- Address: PSC 561 Box 1871, FPO AP 96310-0019, U.S. Marine Corps Air Station Iwakuni, Japan, Building 100, Misumi-cho, Iwakuni, Yamaguchi, Japan, 740-0025, Iwakuni, Non-U.S., Japan
- Record
- SN05471284-W 20191011/191009230355-d39b562ba56843d660dcc43c29c3e56d (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 |