Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOLICITATION NOTICE

Y -- Multiple Award Construction Contract (MACC) method for design-bid-build (DBB) Construction at U.S. Fleet Activities Sasebo (CFAS), Japan with a five-year ordering period.

Notice Date
11/20/2023 5:49:22 PM
 
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
N4008424R6500
 
Archive Date
05/30/2024
 
Point of Contact
HIROKAZU TOYOFUKU, Phone: 01181956502395, Elaine P. Jolliff, Phone: 01181956502105
 
E-Mail Address
hirokazu.toyofuku.ln@us.navy.mil, elaine.p.jolliff.civ@us.navy.mil
(hirokazu.toyofuku.ln@us.navy.mil, elaine.p.jolliff.civ@us.navy.mil)
 
Description
UPDATES:� The government anticipates to issue the request for proposal (RFP) for Design-Bid-Build (DBB) Multiple Award Construction Contract (Mini-MACC) at Commander Fleet Activities, Sasebo, Japan on/after 30 November 2023 and to have a Pre-proposal Conference and Site Visit (related to the anticipated seed project, Provide Backflow Preventer for Outlet at No.3 Berth at the Akasaki POL Depot) on 13 December 2023. If you are plan to attend the event, please plan your schedule accordingly and submit �Attachment F - ACCESS REQUEST FORM� as soon as practical once the solicitation opens. If you do not submit the �ACCESS REQUEST FORM�, you may not be allowed to participate in the site visit. For more details regarding the seed project, please see the RFP package once the solicitation opens on/after 30 November 2023. The Government is not responsible for any costs incurred or associated with preparation and submission of this request. PRE-SOLICITATION NOTICE: This notice does NOT constitute a request for proposal, request for quote or invitation for bid.� The Government intends to award Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Bid-Build (DBB) Multiple Award Construction Contract (Mini-MACC) at Commander Fleet Activities, Sasebo (CFAS), Japan with a five (5) year ordering period. PROJECT DESCRIPTION: The proposed scope of work includes architectural, mechanical, electrical and civil works for projects in support of shore based and waterfront facility investment such as facility and built-in equipment repair, construction, maintenance, equipment installation, sustainment, restoration / modernization, new footprint and demolition. Facilities projects include work classified as repair, construction, maintenance, equipment installation, sustainment, restoration / modernization and demolition. The Contractor must furnish all labor, management, supervision, tools, materials, equipment, engineering, and transportation, except otherwise specified herein, necessary to perform various facility and build-in equipment type projects. Potential project examples include building construction, renovations and repairs, the installation and / or repair of road pavement, fencing, fire suppression systems, HVAC systems, renewable energy source technologies, advanced metering systems; the removal and disposal of lead based paint and asbestos containing material; the installation, repair and optimizing of operations of shore-based equipment; the network integration of building automation and control equipment; and pier maintenance dredging work. The Not-To-Exceed (NTE) amount for all the MACC contract awards combined under this solicitation is $30,000,000; it is not the maximum value of each individual MACC contract.� The NTE capacity of this MACC will be tracked using the US Dollars amount obligated on Task Orders and modifications at the time of execution. Task Orders will be solicited and awarded in Japanese Yen. Payment will be made in Japanese Yen. However, the price of Task Orders will also be expressed in U.S. Dollars for the administrative convenience of the U.S. Government. The minimum guarantee for this MACC is JPY 200,000 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. The Contracting Officer will issue a unilateral no-cost cancellation for the minimum guarantee Task Order if/when the MACC contractor receives a Task Order that is equal to or exceeds the amount of the minimum guarantee. The Government intends to use the MACC to solicit requirements with an estimated value between JPY 2,000,000 and JPY 200,000,000. Task Orders less than JPY 2,000,000 and greater than JPY 200,000,000 may be issued under this MACC. Seed Project: There is one �seed� project for this solicitation which will be awarded at the time of award of the MACC contracts. A Task Order for the seed project will be issued concurrently with the award of the basic contract for the contractor selected as the best value for the seed project. In accordance with FAR 36.204, the magnitude of construction for the Seed Project is between $100,000 and $250,000 (based on the FY24 Budget Execution Rate of JPY 139.1635 = $1.00). In accordance with FAR 52.211-10 Commencement, Prosecution, and Completion of Work, the offeror awarded the seed project shall be required to commence work for the Seed Project within 15 days after date of award. For purposes of determining if Performance Bonds will be required if the Offeror is awarded the Seed Project, the Offeror shall utilize the FY24 Budget Execution Rate of JPY 139.1635 / $1 for converting the Yen price proposal to the U.S. Dollars amounts referenced in the FAR. IAW FAR 28.102(a), Performance Bonds will be required for any construction task order exceeding $150,000 U.S. Dollars. The procurement method utilized is the Federal Acquisition Regulation (FAR) Part 15, �Contracting by Negotiation.� This solicitation is being advertised as an unrestricted.� This source selection procurement requires both non-price (technical and past performance) and price proposals and will utilize the best value continuum process at FAR 15.101-1, Tradeoff.� The basis for evaluation and evaluation factors for award will be included in the solicitation. This office anticipates award of a contract for these services by April 2024. In accordance with DFARS 252.225-7042, the offeror must be duly authorized to operate and to do business in Japan. 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. The Request for Proposal (RFP) will be issued approximately from 30 November 2023 to 8 December 2023 and close by the end of January 2023.� All documents will be in Adobe PDF file or Microsoft Word format and downloadable from System for Award Management (SAM) and Procurement Integrated Enterprise Environment (PIEE) websites.� The official address to the solicitation is on SAM at https://www.sam.gov and prospective offerors should reply to the solicitation via PIEE at https://piee.eb.mil/ and prospective offerors are encouraged to register for the solicitation when downloading from the SAM website.� Only SAM registered prospective offerors will be notified by email when amendments to the solicitation are issued.� A free Acrobat Reader, required to view the PDF files, can be downloaded from the Adobe website. IMPORTANT NOTICE:� All prospective offerors must be registered in SAM.� You must have an active registration in SAM to do business with the federal government.� For additional information, go to https://www.sam.gov. The following link will provide prospective offerors with detail instructions on how to do business with NAVFAC Far East and a Checklist is attached to this notice to help prospective offerors in the Request for Proposal (RFP) process for this solicitation. https://pacific.navfac.navy.mil/Facilities-Engineering-Commands/NAVFAC-Far-East/About-Us/Contractors-Information/ Questions regarding this notice should be directed to Hirokazu Toyofuku at Hirokazu.toyofuku.ln@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d25b9bc9fc2a4e8da4ca87bbbbed6a77/view)
 
Place of Performance
Address: SASEBO, JPN
Country: JPN
 
Record
SN06889987-F 20231122/231120230047 (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.