Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2023 SAM #7743
SOURCES SOUGHT

Y -- Seeking Sources for a Design Bid Build (D-B-B) and Design-Build (D-B) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for Okinawa, Japan

Notice Date
2/6/2023 5:25:59 PM
 
Notice Type
Sources Sought
 
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
W912HV23Z0013
 
Response Due
2/21/2023 11:00:00 AM
 
Point of Contact
Jack Letscher, Phone: 01181989709068, H. Christine Allen, Phone: 0989709041
 
E-Mail Address
jack.t.letscher.civ@usace.army.mil, heather.c.allen@usace.army.mil
(jack.t.letscher.civ@usace.army.mil, heather.c.allen@usace.army.mil)
 
Description
****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** SOURCES SOUGHT ANNOUNCEMENT W912HV23Z0013 Seeking Sources for a Design-Build (D-B) and Design-Bid-Build (D-B-B) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for Okinawa, Japan NOTICE:� THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT.� The U.S. Army Corps of Engineers, Japan Engineering District (USACE-JED) is seeking industry information and feedback with regards to a future Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) program for construction in Okinawa, Japan. The purpose of this Sources Sought/Request for Information (RFI) announcement is to gain knowledge of interest, capabilities and qualifications from companies licensed to perform construction work in Japan. Responses received will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI announcement. USACE-JED will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI announcement. ACQUISITION INFORMATION: Agency: �United States Army Corps of Engineers (USACE), Japan Engineering District (JED) NAICS: �236220; Commercial and Institutional Building Construction Place of Performance:� Okinawa, Japan Anticipated Date for Solicitation Advertisement: Between November 2023 & February 2024. Program Details: The MATOC program is defined as an indefinite-delivery/indefinite-quantity contract entered into with two (2) or more sources pursuant to the same solicitation. The envisioned MATOC program is a firm-fixed price (FFP), IDIQ contract that provides a Design-Build (D-B) and Design-Bid-Build (DBB) vehicle for the execution of a broad range of Sustainment, Restoration, and Modernization construction work to support U.S. Government facilities in Okinawa, Japan. Contractors will be expected to accomplish a wide variety of construction tasks involving multiple engineering/construction disciplines and trades, to include the likelihood of design and/or support of design for Sustainment, Restoration, and Modernization projects. During the life of the contract, projects will be identified as task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC. Sustainment, Restoration, and Modernization construction work includes renovation, maintenance, repair, restoration, and alteration of existing facilities, but may also include major repairs and limited new construction within projects. �Work may also entail the restoration, sustainment and/or modernization of water lines, sewer lines, roadways, building exteriors, roofing, building interiors, Heating Ventilation and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipelines, storage systems, distribution and utilization systems (including lightning), power generators and Uninterrupted Power Supplies (UPS), or the abatement and disposal of asbestos, lead-based paint, and petroleum-contaminated material. In addition, most task orders will include completion of a design prior to construction. Definitions: Sustainment. Sustainment means the maintenance and repair activities necessary to keep an inventory of facilities in good working order. Work includes regular roof replacement, refinishing of wall surfaces, repairing and replacement of heating and cooling systems, replacing tile and carpeting, and similar types of work. Restoration. Restoration means the restoration of real property to such a condition that it may be used for its designated purpose. Restoration includes repair or replacement work to restore facilities damaged by inadequate sustainment, excessive age, natural disaster, fire, accident, or other causes. Modernization. Modernization activities involve the alteration or replacement of facilities solely to implement new or higher standards (including regulatory changes); to accommodate new functions; or to replace building components that typically last more than 50 years (such as foundations and structural elements). * No projects utilizing Military Construction (MILCON) funding are included under this MATOC.� Individual task orders are anticipated to range between $500K - $8M (USD)/ �50,000,000 - �800,000,000 (JPY). The total program value is not to exceed $245M (USD)/ �24,500,000,000 (JPY) over a seven (7)-year period. The number of contracts the Government will award is still under consideration; however, the Government anticipates awarding a contract to five qualifying offerors. Each contract awarded will contain an ordering period not to exceed seven (7) years total. Performance bonds will be required per individual task order, in accordance with Federal Acquisition Regulation (FAR) Part 28. After award, fair opportunity will be provided to all awardees for each task order solicitation. The Government anticipates consideration of one or more of the following factors when evaluating Contractor�s proposals for each task order: ����� 1) Proposed Price (Considered in all Awards) ����� 2) Proposed Schedule ����� 3) Proposed Technical Details and Solutions ����� 4) Past Performance ����� 5) Innovation in Design Each task order solicitation will identify the specific evaluation criteria for the unique task order. NOTE: This MATOC program will be performed in its entirety in the country of Japan. A successful offeror must be licensed and registered to perform work in the country of Japan. �� Capability Statement.� The Government requests interested parties submit the following information within the provided Market Survey excel sheet: a. Company Information: Firm's Name, address, phone number, Email address, Commercial and Government Entity (CAGE) Code, Unique Entity ID (UEI) if available, English Speaking POC, and any Joint Ventures or Partnering agreements in place. b. Capability Statement: Describe your firm�s capability and experience relative to the work described in the program details. The narrative should provide the Government with a complete understanding of your firm�s capabilities. Interested firms should demonstrate the ability to mobilize and operate in Okinawa, Japan, provide a history of recent (within seven (7) years) of any relevant D-B and D-B-B construction experience (valued over $500K per contract) with simultaneous performance on multiple projects at different locations. i) Please also include supporting information of capabilities with D-B and D-B-B type projects in Section 12 and Section 13 of the Market Survey excel sheet provided: contract number/project number, project title, US dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (Prime, Subcontractor, Joint Venture) performed. Market Survey:� The Government has developed a list of questions to facilitate discussions that may influence the final version of the Request for Proposal (RFP) issued. Potential offerors possessing the skills and capabilities necessary to perform under a MATOC are invited and encouraged to complete the attached Market Survey excel sheet. Please add any additional comments or suggestions under Section 14 of the Market Survey. Any of the sections may be expanded to accommodate your responses as needed.� Response Information: Interested and qualified sources are highly urged to provide all information requested above when preparing their responses. Submission of a Capability Statement and/or responses to the Market Survey are not prerequisites to any potential future offerings; however, participation will assist USACE-JED in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and preliminary acquisition planning purposes only and should not be construed as a commitment by the Government in any way.� The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Responses received will assist USACE-JED in developing a mutually beneficial solicitation and contact for both the Government and participating Contractors. * Interested sources are requested to complete and submit responses within the attached Market Survey excel sheet, via email, to Jack T. Letscher at jack.t.letscher@usace.army.mil and H. Christine Allen at heather.c.allen@usace.army.mil� by 2:00 pm Japan Standard Time (JST), on 21 February 2023. If submitting any additional materials on capabilities, we ask you limit these to two pages for consideration. Please include �Response to W912HV23Z0013 $245M MATOC� in the subject line of correspondence.� The information requested in this announcement will be used within USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. Questions: Questions regarding this Sources Sought Announcement may be directed to Contracting Officer, Jack T. Letscher at jack.t.letscher@usace.army.mil and Contract Specialist, H. Christine Allen at heather.c.allen@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32170c7ecdd049eab75348a943d6bc4b/view)
 
Place of Performance
Address: Okinawa, JPN
Country: JPN
 
Record
SN06583830-F 20230208/230206230115 (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.