SOURCES SOUGHT
Z -- Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract
- Notice Date
- 2/18/2013
- Notice Type
- Sources Sought
- NAICS
- 236210
— Industrial Building Construction
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-13-R-0028
- Point of Contact
- Kiyoshi Higa, Phone: 011-80-961-2393, Anthony S. Percy, Phone: 3156342198
- E-Mail Address
-
kiyoshi.higa.1.jp@us.af.mil, anthony.percy.1@us.af.mil
(kiyoshi.higa.1.jp@us.af.mil, anthony.percy.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 18th Contracting Squadron is seeking the interest of potential and eligible contractors in an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (Mini-MACC) at Kadena Air Base and Off-base U.S. Installations, Okinawa, Japan. The Mini-MACC executes a broad range of maintenance, repair and minor construction, and may include design. Contractors will be expected to accomplish a wide variety of individual construction tasks, including 100% design/build, renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Individual task orders may range between estimated $2,500 and not to exceed $750,000 in general. The program value is Not-to-Exceed $47,500,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. This Mini-MACC program will be performed in its entirety in the country of Japan. Offeror's must be licensed and registered to perform work in the country of Japan at the time of proposal submission and have the ability to bond. The government is considering award of as many as five (5) contracts for this Mini-MACC, but may consider more or less based on responses received as a result of this Sources Sought. Selection will be based upon evaluation factors which will be stipulated on the solicitation package. Please identify within your statement of interest any special evaluation criteria typically used within the industry on similar projects SUMMARY OF WORK: Task order execution will be directed by one of the following work elements: Work Element No. 1 (Design Build): Mini-MACC Contractor shall take the Task Order Request for Proposal (TORFP) SOW and develop a 10% concept design, which will be a part of the proposal; successful bidder will then develop project design documentation including drawings, specifications, design analysis and any other pertinent documents, representative of a 95% design effort (as identified within each task order). Upon acceptance of the 95% design by the Government, the Government will issue the Notice to Proceed (NTP) for construction. The construction execution shall commence and be completed in accordance with contract requirements. The contractor will be required to submit 100% design and as As-Built drawings after completion of each project -Develop Concept Design to 10% as part of the proposal -Routine delivery period 14 calendar days after receipt of proposal -Emergency delivery period 7 calendar days after receipt of proposal Work Element No. 2 (Construction Only): Mini-MACC Contractor shall be provided with a 100% completed design package (drawings, specifications, and/or design analysis, any other pertinent documents) or shall meet with the Government project manager on site and develop the proposal from the Statement of Work (SOW) and site evaluation. Contractor shall develop a price proposal to initiate and complete construction execution in accordance with contract requirements. -Routine delivery period 10 calendar days after receipt of proposal -Emergency delivery period 5 calendar days after receipt of proposal PROCEDURES: This Sources Sought is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this Sources Sought. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. Interested parties should provide a statement of interest on company letterhead (not to exceed 15 pages in length) via email to kiyoshi.higa.1.jp@us.af.mil. The point of contact concerning this Sources Sought action is Mr. Kiyoshi Higa, contract specialist at 011-80-961-2393 (International) or 098-961-2393 (Domestic) or via email at kiyoshi.higa.1.jp@us.af.mil. No basis for claim against the Government shall arise as a result of a response to this Sources Sought or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this Sources Sought Announcement. Responses must be submitted no later than 3:30PM JST, Monday, March 22, 2013 via email to Charles.Julian@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-13-R-0028/listing.html)
- Place of Performance
- Address: Kadena Air Base and Off-base U.S. Installations, Okinawa, Japan, Okinawa, Non-U.S., Japan
- Record
- SN02989907-W 20130220/130218233023-13805cc11a69536ec8e61700ee06fb12 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |