Inactive
Notice ID:FA520922SABER
This is a Sources Sought Notice for planning purposes and market research ONLY to determine the availability of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ)...
This is a Sources Sought Notice for planning purposes and market research ONLY to determine the availability of potential and eligible contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ), Simplified Acquisition of Base Engineer Requirements (SABER) Contract at U.S. Army Installations, Camp Zama and other geographically-separated units (GSUs) within Honshu, Japan. The Government must ensure there is adequate competition among the potential pool of responsible contractors. No award will be made from this Sources Sought. No Solicitation will be available at this time. Particularly, the purpose of this notice is to gain knowledge of potential business sources interested in a SABER contract at U.S. Army Installations, Japan. Potential offerors having the skill, capabilities and bonding necessary to perform the described contract are invited to provide feedback via email to Emi Yasuda at emi.yasuda.jp@us.af.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. SUMMARY OF WORK: This SABER contract consists of, but not limited to, a broad range of maintenance, repair, and minor construction work on real property at U.S. Army Installations, Camp Zama (CZ), Sagamihara Family Housing Area (SFHA), Sagami General Depot (SGD), Yokohama North Dock (YND), Akasaka Press Center (APC) in Kanto Plain, and Remote Sites; Kure Pier 6 (KP6), Kawakami Ammunition Depot (KAD), Akizuki Ammunition Depot (AAD), Hiro Ammunition Depot (HAD) in Hiroshima areas, Shariki Communication Site (SCS) in Aomori, Kyougamisaki Communication Site (KCS) in Kyoto or in the general vicinity in support of U.S. Government requirements. This is a fixed-price, indefinite-delivery indefinite-quantity (IDIQ) type contract and lists wide variety of individual construction tasks as listed in a Unit Price Guides (UPG) for minimum design and construction efforts. Project disciplines may include, but not be limited to: civil, structural, architectural, mechanical, communications, electrical disciplines; asphalt and concrete pavements, fencing, various roofing systems, waterproofing, interior building interior renovation work, exterior building maintenance / repair, landscaping, and hazardous abatements, aerial / underground utilities of power / water / sewer, and demolition / disposal work. The Government will award construction project(s) by issuing individual task order(s) (TOs) to the contractor as requirements are identified by the U.S. Army Directorate of Public Works (DPW) during the contract period. All work shall be in conformance with the requirements of the contract, furnish all materials, labor, plant, tools equipment, transportation, supervision, management and other services (including engineering and technical minimum design supports), items and incidentals necessary for the successful completion of issued TO. The capacity of the anticipated SABER contract is up to $49,000,000.00 (Forty Nine Million US Dollars) or Japanese Yen equivalent. The contract shall be for a term of seven (7) years, consisting of the base year (5 years) with an option period (2 years) or until the maximum capacity of this contract has been reached, whichever occurs first. CAPABILITY STATEMENT: The following requests are designed to assist 374th Contracting Squadron, Yokota Air Base, Tokyo, Japan, in tailoring requirements to be consistent with industry capabilities and/or industry practices. Please provide responses to the following. Please limit the submission to no more than 5 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's capability to perform work (separate projects) under a contract of this magnitude and comparable work performed within the past 5 years - Describe the self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. This sources sought is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Potential offerors are not required to respond to this sources sought but are highly encouraged, as this information will help assist the Government in meeting its requirements in an efficient and effective manner. All interested contractors should notify this office in writing (via email) to Emi Yasuda at emi.yasuda.jp@us.af.mil and Keisuke Kiyotaka at keisuke.kiyotaka.jp@us.af.mil by 15 February 2022 at 14:00PM Japan Standard Time. In order to be eligible for award, registration in the "System for Award Management" is required. To register, go to https://www.sam.gov/portal/SAM/#1. NOTE: THIS PROJECT WILL BE PERFORMED IN ITS ENTIRETY IN THE COUNTRY OF JAPAN. THE SUCCESSFUL OFFEROR MUST BE LICENCED AND REGISTERED TO PERFORM WORK IN THE COUNTRY OF JAPAN.