Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2019 SAM #6567
SOLICITATION NOTICE

Y -- Design-Build/Design-Bid-Build Multiple Award Construction Contract (Regular MACC) at Commander Fleet Activities, Sasebo (CFAS), Japan ($249,000,000 NTE)

Notice Date
11/20/2019 11:20:12 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349 USA
 
ZIP Code
96349
 
Solicitation Number
N4008420R6500
 
Response Due
12/4/2019 11:30:00 PM
 
Archive Date
12/20/2019
 
Point of Contact
HIROKAZU TOYOFUKU, Phone: 01181956502395, TIMOTHY KAROL, Phone: 01181956503461
 
E-Mail Address
hirokazu.toyo.ja@fe.navy.mil, timothy.karol@fe.navy.mil
(hirokazu.toyo.ja@fe.navy.mil, timothy.karol@fe.navy.mil)
 
Description
The Naval Facilities Engineering Command (NAVFAC) Far East, PWD Sasebo, is issuing this pre-solicitation notice in accordance with FAR 36.213-2.(1) DESCRIPTION OF THE PROPOSED WORK:This acquisition will result in the award of Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build/Design-Bid-Build Multiple Award Construction Contract (Regular MACC) at Commander Fleet Activities, Sasebo (CFAS), Japan and other areas throughout NAVFAC Far East’s area of responsibility in Japan. The Not-To-Exceed (NTE) amount for all the MACC contract awards will be $249,000,000.00; it is not the maximum value of each individual MACC contract. Contractors must be duly authorized to operate and do business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract. The contract term will be a single five year ordering period.The acquisition will utilize the two-phase design-build selection procedures IAW FAR 36.301. Phase One will result in the selection of a maximum of ten most highly qualified Offerors, who will be requested to submit proposals in Phase Two of the solicitation.The proposed scope of work will be specified in each firm fixed-price (FFP) task order and may include, but is not limited to, building construction, renovations and repairs, the installation and/or repair of road pavement, fencing, painting, fire suppression systems, HVAC systems, renewable energy source technologies, advanced metering systems; the removal and disposal of lead based paint and asbestos containing material; the installation, repair and optimizing of operations of shore-based equipment; the network integration of building automation and control equipment; and pier maintenance dredging work.The NTE capacity for this requirement will be tracked using the US Dollars obligated amount of task orders and modifications at the time of execution. Task orders will be solicited and awarded in Japanese Yen. However, the price of task orders will also be expressed in U.S. Dollars for the administrative convenience of the U.S. Government. Payment will be made in Japanese Yen. The minimum guarantee for this MACC is JPY 500,000 per contract. A task order for the minimum guarantee will be issued concurrently with the award of the basic contract for the contractors awarded a MACC, but not awarded the seed project. The Contracting Officer will issue a unilateral no-cost cancellation for the minimum guarantee task order if/when the MACC contractor receives a task order that is equal to or exceeds the amount of the minimum guarantee.The Government intends to use the MACC to solicit requirements with an estimated value within the Order Limitations IAW 52.216-19 Order Limitations in the RFP and all resultant MACC Contracts. The Government intends to issue unilateral task orders to the Offerors IAW the basis of evaluation in each task order RFP. Task orders less than JPY 50,000,000 and greater than JPY 3,000,000,000 may be issued under this MACC.(2) LOCATION OF THE WORK: Commander Fleet Activities, Sasebo (CFAS), Japan and other areas throughout NAVFAC Far East’s area of responsibility in Japan.(3) TENTATIVE DATES FOR ISSUING INVITATIONS, OPENING BIDS, AND COMPLETING CONTRACT PERFORMANCE: Tentatively the Request for Proposal (RFP) will be issued on or about 6 December 2019, tentatively proposals will be due on or about 9 January 2020, and the ordering period for the MACC will be 5 years after date of award. These dates are subject to change and no updates will be made to this pre-solicitation notice.(4) STATE WHERE PLANS WILL BE AVAILABLE FOR INSPECTION WITHOUT CHARGE: The RFP including the plans and specifications will be posted on the Governmentwide point of entry (GPE), currently betaSAM (https://beta.sam.gov) and is available to be downloaded from the website free of charge.(5) SPECIFY A DATE BY WHICH REQUESTS FOR THE INVITATION FOR BIDS SHOULD BE SUBMITTED: The RFP including the plans and specifications will be posted on the Governmentwide point of entry (GPE), currently betaSAM (https://beta.sam.gov) and is available to be downloaded from the website free of charge.(6) STATE WHETHER AWARD IS RESTRICTED TO SMALL BUSINESSES: The RFP will be issued on an unrestricted basis in accordance with FAR 6.1.(7) SPECIFY ANY AMOUNT TO BE CHARGED FOR SOLICITATION DOCUMENTS: The RFP including the plans and specifications will be posted to the Governmentwide point of entry (GPE), currently betaSAM (https://beta.sam.gov) and is available to be downloaded from the website free of charge.(8) BE PUBLICIZED THROUGH THE GOVERNMENTWIDE POINT OF ENTRY IN ACCORDANCE WITH 5.204. The RFP including the plans and specifications will be posted to the Governmentwide point of entry (GPE), currently betaSAM (https://beta.sam.gov) and is available to be downloaded from the website free of charge.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79eb74c225f6482b83e787a9c56ef061/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05499505-F 20191122/191122043505 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.