Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 09, 2025 SAM #8475
SOLICITATION NOTICE

Z -- Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan

Notice Date
2/7/2025 1:13:56 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
NAVFACSYSCOM FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008425R0066
 
Response Due
2/21/2025 3:30:00 PM
 
Archive Date
02/07/2026
 
Point of Contact
Emiko Uyama, Phone: 046-816-2874, Teresa Aguon
 
E-Mail Address
emiko.uyama2.ln@us.navy.mil, teresa.f.aguon.civ@us.navy.mil
(emiko.uyama2.ln@us.navy.mil, teresa.f.aguon.civ@us.navy.mil)
 
Awardee
null
 
Description
Pre-Solicitation Notice for Solicitation No. N4008425R0066 The Naval Facilities Engineering Systems Command, Far East (NAVFAC FE) is issuing this pre-solicitation notice in accordance with FAR 36.213-2. This pre-solicitation notice does NOT constitute a request for proposal, request for quote, or invitation for bid. 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 Government-wide point of entry (GPE), currently the Solicitation Module in the Procurement Integrated Enterprise Environment (PIEE) website (https://piee.eb.mil/sol/xhtml/unauth/index.xhtml) and/or Contract Opportunities in the System for Award Management (SAM) website (https://sam.gov) when it becomes available on or about 25 Feb 2025. DESCRIPTION OF PROPOSED WORK This acquisition is for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan; U.S. Marine Corps Combined Arms Training Center (CATC), Camp Fuji, Japan; and various locations in the Atsugi Area of Responsibility (AOR), Japan. 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, facility repair/ renovation, demolition, built-in equipment repair/replacement, piping repair/replacement, pipe insulation, electrical work, mechanical work, road pavement, fencing roofing, painting, site work, utilities, removal and disposal of material containing lead paint with lead, cadmium, chromium (VI) and asbestos containing material, welding, and masonry. This requirement is anticipated to result in approximately five (5) Firm-Fixed-Price (FFP) IDIQ contract awards where the maximum aggregate value of all contracts will not exceed $99,000,000 or Japanese yen equivalent over an eight-year period, consisting of one four (4) year base period and one four (4) year option period, for a maximum duration of 96 months. The anticipated task orders will be FFP ranging from 300,000 JPY to 75,000,000 JPY. However, task orders under or over these amounts may be considered if it is determined to be in the Government�s best interest and approved by the Contracting Officer. Task orders for the minimum guarantee of 400,000 JPY / $2,744.76 (FY25 Budget Exchange Rate at 145.7323 JPY) each will be issued concurrently with the award of the basic contract for the Offerors awarded a MACC, but not awarded the seed project. Only the base period of the contract will offer a minimum guarantee. There will be one (1) Design-Bid-Build seed project included in this solicitation. Title: B84 Replace Metal Roof Naval Air Facility (NAF) Atsugi 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 $250,000 and $500,000, or Japanese Yen equivalent using the Fiscal Year 2025 Budget Exchange Rate of �145.7323 / $1.00. Award will be made to the responsible Offerors whose proposals, conforming to the solicitation, are the most advantageous and offers the best value to the Government considering price and non-price evaluation factors. PLANS AND SPECIFICATIONS The RFP including the plans and specifications will be posted on the Government-wide point of entry (GPE), currently DoD Solicitation Module in the PIEE website and/or ContractOpportunities in the SAM website. 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. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION All Offerors (i.e., whether individually or as a joint venture, et.) responding to this solicitation must be registered in the SAM database at https://sam.gov prior to the closing date for receipt of proposals to be eligible for award and must have active Representation and Certifications in SAM. Interested Offerors are encouraged to register as soon as possible. An Offeror is required to be registered in SAM when submitting its proposal, and shall continue to be registered at all relevant times, i.e., time of award, during contract performance, and through final payment of the contract resulting from the solicitation. Offerors with no active registration in SAM or an Offeror whose SAM online Representations and Certifications are not current will not be eligible for award. PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE) REGISTRATION This solicitation will require electronic submittal of proposals through the DoD Solicitation Module in PIEE or via other methods, if specified by the Government. In order to submit a proposal through the Solicitation Module in PIEE, Offerors must have an active Proposal Manager role in PIEE at https://piee.eb.mil . Interested Offerors are encouraged to register for the required role as soon as possible. Information and training on PIEE Solicitation Module is available at: https://dodprocurementtoolbox.com/site-pages/solicitation-module Additional Web Based Training is available at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a3eeabc3fce4fb0ab8796242150df55/view)
 
Record
SN07336832-F 20250209/250207230029 (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.