Construction MATOC, Okinawa, Japan
AMENDMENT 4 SOURCES SOUGHT ANNOUNCEMENT #W912HV-18-Z-0022 ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** SOURCES SOUGHT ANNOUNCEMENT Seeking Sources for a Design Bid Build (D-B-B) and Design... AMENDMENT 4 SOURCES SOUGHT ANNOUNCEMENT #W912HV-18-Z-0022 ****SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY**** SOURCES SOUGHT ANNOUNCEMENT Seeking Sources for a Design Bid Build (D-B-B) and Design-Build (D-B) Indefinite-Delivery, Indefinite-Quantity (IDIQ) Construction Multiple Award Task Order Contract (MATOC) for Okinawa, Japan NOTICE: THIS ANNOUNCEMENT IS TO UPDATE THE PREVIOUS MARKET RESEARCH EFFORTS UNDER SOURCES SOUGHT ANNOUNCEMENT #W912HV-18-Z-0022. THE FOLLOWING ACQUISITION STRATEGY UPDATES ARE PROVIDED FOR INFORMATIONAL PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The U.S. Army Corps of Engineers, Japan Engineering District (USACE-JED) is seeking industry information and feedback with regards to a future Indefinite Delivery, Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) program in Okinawa, Japan. The purpose of this Sources Sought/Request for Information (RFI) announcement is to gain knowledge of interest, capabilities and qualifications from companies licensed to perform construction work in Japan. Responses received will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI announcement. USACE-JED will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI announcement. ACQUISITION INFORMATION: 1. Agency: United States Army Corps of Engineers (USACE), Japan Engineering District (JED) 2. NAICS: 236220; Commercial and Institutional Building Construction 3. Principle Place of Performance: Okinawa, Japan 4. Program Details: The MATOC program is defined as an Indefinite Delivery Contract (IDC) vehicle entered into with two (2) or more sources pursuant to the same solicitation. The proposed MATOC program will be awarded as a firm-fixed price (FFP), IDC that provides a Design-Build (D-B) and Design-Bid-Build (DBB) vehicle for the execution of a broad range of Military Construction and Sustainment, Restoration and Modernization construction work to support U.S. Government facilities in Okinawa, Japan. Contractors will be expected to accomplish a wide variety of military construction tasks involving multiple engineering/construction disciplines and trades, to include the possibility of design and/or support of design for Sustainment, Restoration and Modernization projects. During the life of the contract, projects will be identified as task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MATOC. Military construction projects include all military construction work necessary to produce a complete and usable facility or a complete and usable improvement to an existing facility (or to produce such portion of a complete and usable facility or improvement as is specifically authorized by law). Projects may include new construction, additions, expansions, extensions, conversions, alterations, or replacements of facilities, associated surveys, demolition and site preparation of facilities. Facility types may include administrative facilities, training facilities, hangars, dormitories, maintenance facilities, and other similar types of facilities for the Department of Defense. Sustainment, Restoration and Modernization construction work includes renovation, maintenance, repair, restoration and alteration of existing facilities, but may also include major repair and new construction. Work may include the restoration, sustainment and/or modernization of water lines, sewer lines, roadways, building exteriors, roofing, building interiors, Heating Ventilation and Air Conditioning (HVAC) systems and components, refrigeration systems, fire suppression systems, fuel pipelines, storage systems, distribution and utilization systems (including lightning), power generators and Uninterrupted Power Supplies (UPS), or the abatement and disposal of asbestos, lead-based paint, and petroleum-contaminated material. In addition, work may include completion of design prior to construction. Individual task orders are anticipated to range between $3,500 - $8,000,000/ (¥) Yen equivalent. The total program value is still under evaluation, but not expected to exceed $95M / (¥) Yen equivalent over a seven (7)-year ordering period. The number of awards the Government will award is still under consideration, however, the Government anticipates awarding up to five (5) IDCs. Each IDC awarded will contain an seven (7)- year ordering period. Performance bonds will be required per individual task order, in accordance with Federal Acquisition Regulation (FAR) Part 28. NOTE: This MATOC program will be performed in its entirety in the country of Japan. A successful offeror must be licensed and registered to perform construction work in the country of Japan. Additional information relating to the former Sources Sought Number W912HV-18-Z-0022 announcement can be searched and viewed in FBO under Solicitation Number W912HV-19-R-0007. The Government is not accepting questions or comments at this time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »