SOLICITATION NOTICE
Z -- DESIGN-BUILD/DESIGN-BID-BUILD MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR KANTO PLAINS OPERATIONAL AREA, JAPAN
- Notice Date
- 8/26/2021 2:01:29 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
- ZIP Code
- 96349-0013
- Solicitation Number
- N4008421R0103
- Archive Date
- 10/15/2021
- Point of Contact
- Ariel Bautista, Phone: 81468165625, Yuka Kondo, Phone: 81468164098
- E-Mail Address
-
ariel.bautista@fe.navy.mil, yuka.kondo.ja@fe.navy.mil
(ariel.bautista@fe.navy.mil, yuka.kondo.ja@fe.navy.mil)
- Description
- The Naval Facilities Engineering Command, Far East (NAVFAC FE) is issuing this pre-solicitation notice in accordance with FAR 36.213-2. �The information being requested does not constitute a Request for Proposal or a commitment on the part of the Government to award a Contract or to pay for any costs incurred as a result in replying to this notice. This notice shall not be construed as a commitment by the Government for any purpose. Interested offerors can view and/or download the solicitation from the Governmentwide point of entry (GPE), currently SAM (https://sam.gov) when it becomes available on or about 15 October 2021. DESCRIPTION OF PROPOSED WORK This acquisition is for Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for the U.S. Fleet Activities, Yokosuka, Japan; Yokohama North Dock, Yokohama, Japan; Tsurumi POL Depot, Yokohama; New Sanno, U.S. Forces Center, Tokyo; Azuma Storage Area (Hakozaki), Yokosuka; Urago Storage Area, Yokosuka, Ikego Housing Area and Navy Annex, Zushi, and other various locations in Kanto Plains operational area, Japan. As necessary, the Government will use the resulting contract vehicle for projects in U.S. Naval Air Facility (NAF), Atsugi, Japan; U.S. Marine Corps Combined Arms Training Center (CATC) Camp Fuji, Japan; and U.S. Naval Auxiliary Landing Field, Kisarazu, Chiba.� The Contractor must furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified in each task order necessary to perform the various projects. The proposed scope of work will be specified in each task order and may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding, and masonry at various locations in Kanto Plains operational area, Japan. This requirement is anticipated to result in approximately eight (8) contract awards where the aggregate value of all contracts will not exceed $250,000,000 over a five year ordering period. Task order will be firm-fixed price ranging from �25,000,000 to �5,000,000,000 (approximately $250,000 to $50,000,000), but may be other amounts by mutual agreement of the Government and contractor. The minimum guarantee is �2,000,000 / $20,000 per contract.� A task order for the minimum guarantee will be issued concurrently with the award of the basic contract for the offerors awarded a MACC, but not awarded the seed project. This solicitation utilizes a two-phase submission and evaluation process. All interested vendors may submit Phase One proposals. The Government will evaluate Phase One Proposals and select the group of offerors with the most highly rated proposals from Phase One and request that those offerors submit a Phase Two proposal. �Approximately ten (10) offerors will be selected to submit Phase Two proposals. Phase Two proposals shall be submitted only if requested by the Government. There will be one (1) design- -build seed project included in this solicitation, which will be released in the Phase Two solicitation.� Title: YSK-2046 REPLACE AIR CONDITIONING SYSTEM at the Commander Fleet Activities Yokosuka, Japan. The project was selected as the seed project from existing requirements to best represent the nature of potential work under this contract. Per FAR 36.204, the magnitude of the seed project is between �500,000,000 and �1,000,000,000 (approximately $5,000,000 and $10,000,000). Award will be made to the responsible offerors whose proposal, conforming to the solicitation, is the most advantageous and offers the best value to the Government considering price and technical evaluation factors. TENTATIVE DATES FOR THIS ACQUISITION Request for Proposal (RFP) Issuance: October 2021 Proposal Due: November 2021 Contract Completion: 5 years after MACC contract award. These dates are subject to change and no updates will be made to this pre-solicitation notice. PLANS AND SPECIFICATIONS The RFP including the plans and specifications will be posted on the Government wide point of entry (GPE), currently SAM.GOV (https://sam.gov). When posted, all RFP documents may be downloaded from the website free of charge. CONTRACTOR LICENSING REQUIREMENTS Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors 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 contract. Prior to award of any contract, offerors must be registered to do business and possess a construction license (Kensetsu Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government.� Offerors will be required to provide verification on 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. STATUS OF FORCES AGREEMENT The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this solicitation; however, the U.S. Government may consider designating eligible employee(s) as �Members of the Civilian Component� under Article I(b) of the SOFA. SAM REGISTRATION Unless otherwise indicated in the solicitation, this is an Internet-only solicitation. Hard copies of the solicitation will not be provided. It is the offeror�s responsibility to check the websites daily for any amendments to the solicitation. Offerors must be registered with the System for Award management (SAM) prior to submittal of proposals in response to the solicitation.� � To register, the SAM Internet address is: https://sam.gov/content/entity-registration . Offerors must have an active registration in SAM and must have active Representations and Certifications in SAM. Interested offerors are encouraged to register as soon as possible.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f75602b740e4cc2aa6cc702902a1177/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN06112826-F 20210828/210826230131 (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 |