SOURCES SOUGHT
Z -- Multiple Award Construction Contract - Draft RFP
- Notice Date
- 1/15/2016
- Notice Type
- Sources Sought
- NAICS
- 238990
— All Other Specialty Trade Contractors
- 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
- FA5270-16-R-0007
- Point of Contact
- Shyloe A. Werner, Phone: 01181989615842, Jamaal Valentine, Phone: 81-98-938-1111 ext 634-5508
- E-Mail Address
-
shyloe.werner@us.af.mil, jamaal.valentine.1@us.af.mil
(shyloe.werner@us.af.mil, jamaal.valentine.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- J-2 NAVFAC SOW (DRAFT) J-1 Air Force SOW (DRAFT) FA5270-16-R-0007 DRAFT THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The 18 th Contracting Squadron is seeking industry information and input with regards to a potential Multiple Award Construction Contract (MACC) program including Kadena Air Base, Naval Facilities Engineering Command (NAVFAC), and partnering units on Okinawa, Japan and surrounding areas (to include the country of Japan in its entirety). NOTICE: This Sources Sought Synopsis/Request for Information (RFI) is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI. The Sources Sought/RFI is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response. The United States Air Force (USAF) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI. The purpose of this Sources Sought/RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive. A solicitation is expected to be released on or about July 2016. Any future solicitation, including specifications and/or drawings, will be made available only on the Federal Business Opportunities website (https://www.fbo.gov/). Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. PROGRAM DETAILS: The MACC program is defined as an indefinite-delivery/indefinite-quantity contract entered into with two or more sources pursuant to the same solicitation. The envisioned MACC program is a firm-fixed price (FFP), Indefinite Delivery/Indefinite Quantity (IDIQ) contract that provides a vehicle for the execution of a broad range of maintenance, repair, and minor construction projects. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build (ranging from 35% up to 100% level of effort), renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. In-house design capability or ready access to design capability is required. The primary North American Industry Classification System (NAICS) Code for work performed will be NAICS Code No. 238990. 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 MACC. Individual task orders are anticipated to range between $500K - $25M / (¥) Yen equivalent. The total program value will not exceed $980M / (¥) Yen equivalent over a seven-year period. The number of awards the Government will award is still under consideration, however, at this point the Government anticipates awarding a minimum of five (5) contracts. Each contract awarded will contain an initial ordering period of five years and may extend the contract period for one or more successive periods, not to exceed seven years total, pursuant to a modification of the contract. Performance bonds will be required per individual task order in accordance with Federal Acquisition Regulation Part 28. NOTE: This MACC program will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. The information requested by this RFI will be used within the USAF to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this RFI should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of the USAF, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. CAPABILITY STATEMENT: The Government requests interested parties to submit the following information: (a) Company's Information [point of contact, name, address, phone number, email, and Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS), and any Joint Ventures or Partnering agreements in place ] (b) Type of business (c) Capability Statement [interested contractors must demonstrate the ability to mobilize and operate throughout the country of Japan, and provide a history of relevant design-build construction experience (value over $500K ) with simultaneous performance of multiple projects at different locations and include a summary of relevant and recent (within the last three fiscal years) performance history (identified by contract/project number, project title, dollar amount, point(s) of contact with telephone/fax numbers, and in what capacity (e.g., prime, subcontractor, etc.) performed)]; and (d) Bonding capability on individual projects and aggregate requirements. Submission of these sample projects should provide the government a complete understanding of your company's capability to handle many different construction specialties referenced in the SOW. Please submit the Capability Statement directly to Ms. Shyloe A. Werner by email at shyloe.werner@us.af.mil. RFI QUESTIONS: The Government has developed a list of questions to facilitate discussion and may influence the final version of the Request for Proposal (RFP). Potential offerors having the skills and capabilities necessary to perform under a MACC are invited and encouraged to complete the RFI Questionnaire via: https://www.surveymonkey.com/r/18consmacc RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above, comprised of the Capability Statement and RFI question responses. All interested parties must be currently registered in the System for Award Management (SAM) database (http://www.sam.gov/). A draft Request for Proposal (RFP), Draft Statement of Work (SOW), and Draft Ordering Procedures is attached. This request is in support of 18 CONS located at Kadena Air Base (AB), Japan. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities website (https://www.fbo.gov/). In order to be considered in this market survey, complete both the RFI Questionnaire and Capability Statement by 4:00 PM Japan Standard Time (JST), 31 January 2016. If you have any questions, please contact Ms. Shyloe A. Werner by email at shyloe.werner@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-16-R-0007/listing.html)
- Place of Performance
- Address: Kadena Air Base, Japan, Japan
- Record
- SN03994229-W 20160117/160115234446-67d0e0c651aa75688afdce0ee6868bfe (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 |