MODIFICATION
Z -- IDIQ Contract for Whole House Maintenance at Camp Zama and Sagamihara Family Housing Area in Kanto Plain, Japan - Solicitation 1
- Notice Date
- 9/17/2015
- Notice Type
- Modification/Amendment
- NAICS
- 238390
— Other Building Finishing Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, 96328-5228
- ZIP Code
- 96328-5228
- Solicitation Number
- FA5209-15-R-0030
- Response Due
- 10/30/2015 2:00:00 PM
- Archive Date
- 11/14/2015
- Point of Contact
- Takahiro Tsukada, Phone: 81-42-552-3011, Akiko Ogawa, Phone: 81-42-551-6120
- E-Mail Address
-
takahiro.tsukada.jp@us.af.mil, akiko.ogawa.jp@us.af.mil
(takahiro.tsukada.jp@us.af.mil, akiko.ogawa.jp@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- OF17 Government Policy Letter Atch#5b Past Performance Questionnaire Atch#5a Cover letter for Questionnaire Atch#3 Schedule of Material Submittal Atch#2 Government Furnished Material List Atch#1 Contract Specification Exhibit Solicitation This is a solicitation notice for Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for Whole House Maintenance (WHM) at Camp Zama and Sagamihara Family Housing Area in Kanto Plain, Japan, with 1-year basic period plus four 1-year and a 6 months option periods. The WHM construction contract is for recurring interior and exterior maintenance and repair of Army family housing at the two installations above. The work includes, but not limited to, painting, roofing, carpentry, mechanical, electrical work and other incidental services to support housing requirements. This is a competitive Limited Tradeoff (LTO) best value source selection conducted in accordance with Federal Acquisition Regulation (FAR) Part 15 and Air Force FAR Supplement (AFFARS) Mandatory Procedure (MP) 5315.3 in which competing offerors' past performance information will be evaluated on a basis approximately equal to price. The award will be made to a single contractor. A minimum of $2,000 (Yen equivalent amount) is guaranteed for the IDIQ contract. The maximum aggregate amount of the contract, including option periods, shall not exceed $25,000,000 ( Yen equivalent amount). A pre-bid/pre-proposal conference will be conducted at Bldg 642, Camp Zama, Kanagawa-ken, Japan on the date and time specified in the RFP for the purpose of answering questions regarding this solicitation. All date and time specified in the solicitation are Japan Standard Time (JST). Participants must meet at Camp Zama Main Gate at 0900 hours (JST) on the same date (vehicle access to attend the conference is not allowed). Refer to the Solicitation, Section L, 5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996) for the detailed instruction to attend the conference and site visit. Proposal Response Due: The date and time (JST) is specified at Standard Form 1442 (Section A), block 13.A. To be eligible for contract award, offerors must be registered and marked active in the System for Award Management (SAM). Register via the SAM website https://www.sam.gov/portal/SAM/#1. This notice does not obligate the Government to award a contract nor does it obligate the Government to pay for any bid/proposal preparation costs. NOTE: This acquisition is unrestricted; however, this solicitation includes clauses authorized for the purpose of construction effort in Japan. The offerors must meet the following two requirements for performance outside of the United States (OCONUS): (1) DFARS 252.252.225-7042, "Authorization to Perform" - The Offeror has been duly authorized to operate and to do business in the country or countries in which the contract is to be performed, and (2) FAR 52.236-7 (modified IAW AFFARS 5336.507), "Permits and Responsibilities" - The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any host government (the Japanese Government) and political subdivisions laws, codes, and regulations applicable to the performance of the work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/374CONS/FA5209-15-R-0030/listing.html)
- Place of Performance
- Address: 374 CONS/LGCA Unit 5228 APO AP 96328-5228 Tokyo Japan, Fussa, Non-U.S., 1970001, Japan
- Record
- SN03890630-W 20150919/150917235232-6ad3913c56c5c5a8806aa6e5f14a664f (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 |