Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOURCES SOUGHT

S -- N40084 HOUSING CHANGE OF OCCUPANCY MAINTENANCE (COM) AT THE U.S. NAVA. AIR FACILITY ATSUGI JAPAN AND THE U.S. FORCES JAPAN CONTROLLED AREAS IN KANTO PLAIN, JAPAN

Notice Date
2/13/2020 4:36:13 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349 USA
 
ZIP Code
96349
 
Solicitation Number
N4008420R8703
 
Response Due
2/27/2020 10:00:00 PM
 
Archive Date
03/14/2020
 
Point of Contact
Miki Masuda, Phone: 31526425450467632545
 
E-Mail Address
miki.masuda.ja@fe.navy.mil
(miki.masuda.ja@fe.navy.mil)
 
Description
HOUSING CHANGE OF OCCUPANCY MAINTENANCE (COM) AT THE U.S. NAVAL AIR FACILITY, ATSUGI, JAPAN AND THE U.S. FORCES JAPAN CONTROLLED AREAS IN KANTO PLAIN, JAPAN� ***THIS IS A SOURCES SOUGHT NOTICE ONLY*** This is a Sources Sought announcement for THE PURPOSES OF MARKET RESEARCH ONLY in support of �HOUSING CHANGE OF OCCUPANCY MAINTENANCE AT THE U.S. NAVAL AIR FACILITY, ATSUGI, JAPAN AND THE U.S. FORCES JAPAN CONTROLLED AREAS IN KANTO PLAIN, JAPAN�.� �The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requests.� This notice does NOT constitute a request for proposal, request for quote, or invitation for bid and is not construed as a commitment by the Government for any purpose other than market research.� Naval Facilities Engineering Command Far East (NAVFAC FE), PWD Atsugi is seeking information on eligible business firms capable of providing (1) repair services for Family Housing facilities, including associated systems and equipment, to ensure they are in normal working conditions, and (2) developing and implementing a comprehensive Change of Occupancy Maintenance (COM) program that will ensure quality housing to meet the needs of the Government. The Contractor shall provide all labor, management, supervision, tools, material and equipment required to perform (1) Facility Investment services for installed equipment and system including maintenance repair, alternation, demolition and minor construction work, (2) Custodial services and (3) Ground Maintenance and Landscaping services at Family Housing and Unaccompanied Housing Facilities. GENERAL INFORMATION Per Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The North American Industry Classification System (NAICS) code for this procurement is 561210; Facilities (except computer operation) support services.� The contract term is expected to be a base period of one year and four one-year option periods.� The Government will not synopsize the options when exercised.� This contract will replace a contract for similar services awarded in 2015; N40084-15-D-8709.� The solicitation will utilize source selection procedures which require offerors to submit a technical proposal, past performance and experience information and price proposal for evaluation by the Government. TYPICAL COM WORK DESCRIPTION The Contractor shall provide all labor, management, supervision, tools, material, and equipment required to perform Housing Change of Occupancy Maintenance (COM) at U.S. Naval Air Facility, Atsugi, Japan, and the U.S. Forces Japan Controlled Areas in Kanto Plain, Japan.� Although each Family Housing Unit presents different conditions, following are typical work items for maintenance, repair or replacement for the COM, depending on the condition of each unit. Doors, Sliding Doors, Windows, Screens, Hardware, Locks and Latches Interior Walls, Ceilings and Trim Floors and Floor Coverings including Vinyl Tils, Vinyl Sheet Flooring, Finished Wood Flooring, Ceramic Titles, etc.� Vinyl Baseboards Traverse/Curtain Rods Blinds Bathrooms including Medicine Chests, Sinks, Caulking, Accessories, etc.� Cabinets and Countertops Interior Accessories Touch-up Painting Electrical Work including Smoke Detector Plumbing including cleaning work and plumbing fixtures Dryer Exhaust Sprinkler Other Mechanical Work such as repair overhaul exhaust fans and vent,� Bathroom/toilet equipment and assemblies (including but not limited to shower head, plug, flush valves, ball cocks, float valve, tank lid, and seat with lid) shall be maintained, loose fittings shall be retightened, and missing or broken fastening screws shall be replaced. Contractor License Requirement 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.� Contractors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract. � Status of Forces Agreement (SOFA) The U.S. Government shall not offer �United States Official Contractor� status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) under this solicitation. Furthermore, unless specifically provided in the specific task order request for proposal, the U.S. Government shall not certify any employees of a contractor as �Members of the Civilian Component� under Article I(b) of the SOFA. SUBMITTAL REQUIREMENTS - STATEMENT OF CAPABILITY Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above.� The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy�s decision to proceed with acquisition.� � Interested firms must submit an SOC, which describes, in detail, the firm�s capability of providing these services at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the System for Award Management (SAM), include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract. � List up to three projects performed in the past.� Provide information regarding experience in providing repair services as described as above. �Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer�s name, current telephone number; d) Contracting Officer�s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work; i) If award fee or award term incentivized, average performance rating received. � Interested sources do not need to meet Joint-Venture requirements at this point since this Sources Sought Notice is solely for market research purposes and not a Request for Proposal (RFP). � Respondents will not be notified of the results of the Navy�s market research.� NAVFAC FE will utilize the information for acquisition planning purposes.� All data received in response to this Source Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government. � Please electronically submit information to Ms. Miki Masuda via email at Miki.Masuda.JA@fe.navy.mil by 28 February 2020 at 15:00 (Japan Standard Time) using the subject line �Sources Sought N4008420R8703 HOUSING COM�. � Responses received after the deadline or without the required information will not be considered. Since this is a Sources Sought announcement only, evaluation letters will not be issued to any respondent.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0e441f36a48d4f0fa4985d68db1f8a93/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05562255-F 20200215/200213230140 (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  © 1994-2020, Loren Data Corp.