Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2020 SAM #6818
SOLICITATION NOTICE

Y -- Multiple Award Task Order Contract (MATOC) for Construction, Maintenance and Repair requirements in Okinawa, Japan

Notice Date
7/28/2020 12:17:36 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-20-R-0002
 
Response Due
8/20/2020 10:00:00 PM
 
Archive Date
12/31/2020
 
Point of Contact
Ryan Marzetta, Phone: 0464078725 / 3152638725, Shyloe Werner, Phone: 08012596172 / 3156454402
 
E-Mail Address
ryan.j.marzetta.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil
(ryan.j.marzetta.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil)
 
Description
Amendment 0001 has been issued on 28 July 2020, please see in attachments. The U.S. Army Corps of Engineers, Japan District (POJ) is providing a SOLICITATION notice for Phase One of a Two Phase, Request for Proposal (RFP) for a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contact (MATOC), for Design-Build (DB)/Design-Bid-Build (DBB) construction requirements throughout Okinawa, Japan. This solicitation is a competitive Local Sources acquisition utilizing the Two Phase Design-Build Selection Procedures, outlined in FAR Subpart 36.3 and the Tradeoff Process, outlined in FAR 15.101-1, where the government will evaluate offerors in two phases. This acquisition will utilize one solicitation to make multiple awards. POJ intends to award up to six (6) FFP, IDIQ, MATOCs to responsible offerors whose proposal represents the best value to the Government after evaluation in accordance with all factors in the solicitation. However, POJ retains the right to award more or less MATOCs dependent on the quantity and quality of proposals received. Interested offerors will be invited to submit capability proposals in Phase One that demonstrate their ability to successfully execute the DB and DBB task orders that may be issued against the resulting MATOC. Proposals will be evaluated in Phase One to determine which offerors will submit proposals for Phase Two. Only those offerors invited to participate in Phase Two will be eligible to compete for a MATOC award. The work contemplated under the resulting MATOC will involve a broad range of new construction, maintenance, repair and renovation, and both DBB and DB task orders with an estimated project size between �50,000,000 and �800,000,000. Requirements may include, but are not limited to, providing zero to 100 percent design effort, reproduction, labor, transportation, materials, equipment, and supervision necessary to accomplish various maintenance, repairs, alternations, construction, demolition, and associated incidental environmental work (including but not limited to asbestos, lead-based paint, mold, PCBs, site contamination, etc.) to U.S. Government facilities in Okinawa, Japan. Additionally, Contractors must be capable of responding to Government requests in a timely manner, completing all associated administrative, design, and construction work in accordance with U.S. and Japanese standards and in accordance with requirements identified in the request for task order proposal. The MATOC will have an ordering period of seven (7) years with a maximum ordering capacity (shared amongst all awardees) of �9,500,000,000. NOTICE:� Only local sources will be considered under this solicitation.� Local sources are sources (e.g. corporations, partnerships, or Joint Ventures. For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements) that are physically located in Japan and authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specific in this solicitation.� Specifically, a prospective offeror 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 resulting contract.� In addition, prior to award of the contract, offeror must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation.� SOLICITATION INFORMATION: 1. Traditional hard copies of plans and specifications will�only be available for Phase One of this requirment. Phase One solicitation documents, including amendments, will be posted on Beta.SAM.gov for interested parties to download.� It is the responsibility of interested parties to check Beta.SAM.gov as to whether the solicitation and/or amendment(s) have been issued.� Phase Two solicitation documents, including amendments, will be made available by EMAIL NOTIFICATION ONLY to those offerors invited to participate in Phase Two. 2. Firms which have not submitted Contractor Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website:� https://www.poj.usace.army.mil/Business-With-Us/ to download the Contractor Application.� Such firms shall be required to complete the aforementioned application and submit original documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation.� This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a �Local Source.� Pre-proposal Conference: A Virtual telephonic Pre-proposal Conference will be conducted on June 18th, 2020 at 2:00pm JST. Those who wish to attend shall send a notification by June 15, 2020 to the POCs identified in paragraph 14.2 below with a list of attendees who will call into this pre-proposal conference. Upon receipt of the notification, instructions and the call-in number will be provided. � Offerors interested in attending the pre-proposal conference shall email the below individuals with the names and company information by June 15, 2020.� Government POCs:� Mr. Ryan Marzetta Email: Ryan.J.Marzetta.civ@usace.army.mil Ms. Shyloe Werner Email: Shyloe.A.Werner.civ@usace.army.mil Offerors are strongly urged and expected to participate in the virtual pre-proposal conference. The purpose of this conference is to promote uniform interpretation of the solicitation documents.� In no event will a failure to participate in the pre-proposal conference constitute grounds for a claim after award of the contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6aeabc60e3c1424f9fa9d897a730eaae/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05736129-F 20200730/200728230140 (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.