Inactive
Notice ID:N4008424R1003
This 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. The intent of th...
This 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. The intent of this pre-solicitation synopsis is to notify potential offerors that the Naval Facilities Engineering Command, Far East (NAVFAC FE) intends to issue a solicitation for an Indefinite Delivery/ Indefinite Quality (IDIQ) Multiple Award Construction Contract (MACC) for Small Magnitude Size Design-Bid-Build (DBB) Requirements (Mini-MACC) for Various Clients in the Kanto Plains Operational Area, Japan with fixed-price task orders. The Contractor will be required to furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified, necessary to perform various repairs, alteration, construction, and demolition work to shore facilities. The proposed scope of work will be specified in each task order may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, roofing, painting, site work, removal and disposal of lead based paint and asbestos containing material, welding and masonry at U.S. Fleet Activities, Yokosuka and Yokohama Detachment including Tsurumi, Yokohama North Dock, Negishi Dependent Housing Area (Yokohama), Azuma Storage Area (Hakozaki, Yokosuka), Urago Storage Area (Yokosuka), and Ikego Housing Area and Navy Annex (Zushi); Nagai ULM4, the New Sanno Hotel, U.S. Forces Center, and U.S. Embassy, Tokyo. This requirement will result in up to eight (8) contract awards. The term for this MACC will be 60 months or one five (5) year period or until the not-to-exceed value has been met, whichever occurs first. Task orders are estimated to be firm-fixed price ranging from 1,000,000 Japanese Yen (JPY) and 150,000,000 JPY. The minimum guarantee is 300,000 JPY per awardee and one will be awarded the seed project. Each task order shall be solicited, awarded, and paid in Japanese yen, however, the price of each task order shall be expressed in U.S. Dollars for the administrative convenience of the U.S. Government. There is one (1) seed project included in this solicitation and awarded as a task order at the time of award of the IDIQ contracts. This task order shall serve as the minimum guarantee to the responsive, responsible contractor offering the best value proposal for the seed project. The seed project is “YSK-J6 REPLACE THE ACTUATOR UNIT OF SLUICE GATE VALVES”. Per FAR 36.204, the magnitude of the seed project is between 35,000,000 JPY and 70,000,000 JPY. Award will be made to the responsible offerors whose proposal conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. 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. 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. Offerors will be required to provide verification on such license prior to award of any task order 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 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. Interested offerors can view and/or download the solicitation at https://www.SAM.gov when it becomes available on or approximately 15 August 2024. Be aware this date is flexible and could be sooner, so please keep checking https://www.SAM.gov. Unless otherwise indicated in the solicitation, this is an Internet-only solicitation. Hard copies of the solicitation will not be provided. It is the offeror’s responsibility to check the websites daily for any amendments to the solicitation. All interested offerors shall register at the website https://asia.neco.navy.mil. Offerors must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register, the SAM Internet address is: https://www.sam.gov/portal/public/SAM/. Offerors must have an active registration in SAM and must have active Representations and Certifications in SAM. Interested offerors are encouraged to register as soon as possible.