SOURCES SOUGHT
Y -- Design Build construction contract for Replace 60 Hz Converters, Bldg 201 at Naval Air Facility (NAF) Atsugi, Japan.
- Notice Date
- 4/7/2016
- Notice Type
- Sources Sought
- NAICS
- 237130
— Power and Communication Line and Related Structures Construction
- Contracting Office
- N40084 NAVFAC FAR EAST, CORE EXECUTION TEAM PSC 473, Box 13, FPO AP 96349-0013 Building F60, Tomari-cho, Yokosuka Kanagawa 238-0001,
- ZIP Code
- 00000
- Solicitation Number
- N4008416R0017
- Response Due
- 4/25/2016
- Archive Date
- 3/31/2017
- Point of Contact
- Ms. Tomoko Kanzaki, Contract Specialist
- E-Mail Address
-
Facilities
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME. This is a market research tool to determine the availability of sources prior to issuing the RFP. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command Far East (NAVFAC FE), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. The Sources sought is intended for local sources in accordance with FAR 5.202(a)(12). Local sources are those persons or entities normally resident and licensed to conduct business in Japan. Offers from non-local sources will not be considered under this notice. The U.S. Government will not offer United States Official Contractor status under Article XIV of the U.S.-Japan Status of Forces Agreement (SOFA) to any offeror awarded a contract under this sources sought; nor will the U.S. Government certify any employees of a contractor as Members of the Civilian Component under Article I(b) of the SOFA. NAVFAC Far East is seeking eligible business firms capable of providing design build construction contract for Replace 60 Hz Converters, Bldg #201 at Naval Air Facility (NAF) Atsugi, Japan. The NAICS code for this proposed procurement is 237130. If the solicitation is issued, the solicitation will consist of a Base Item (CLIN 0001). The estimated cost range is between JPY500,000,000 and JPY1,000,000,000. The contract is for a firm fixed price (FFP) design build construction contract for Replace 60 Hz Converters, Bldg #201 at Naval Air Facility (NAF) Atsugi, Japan. This project shall provide field surveys, studies, designs and constructions for the repairs, replacements and upgrades of 60Hz Frequency Converter (FC) System composed of two Motor - Generator (MG) sets, located in Naval Air Facility (NAF) Atsugi, Japan. This project shall repair, replace and upgrade the aged 60Hz FC System to provide reliable and dependable electrical service to commands requiring 60Hz power, while a utility power frequency in eastern Japan is 50Hz. This project shall also provide new paralleling system to parallel two MGs for uninterruptible 60Hz power supply, while the existing FC system requires interruptible 60Hz power supply to switch MGs. This project shall include, but shall not be limited to, labor, supervision, tools, materials, the miscellaneous repairs, improvements, removal and disposal of materials, clean-up, related miscellaneous work, transportation and equipment necessary to the repairs of the system and all incidental related work. This project shall provide a complete and usable system. During this project, an awarded contractor shall be responsible to supply all required 60Hz power. At least, one of two MG sets shall be operable for the power supply, and backup generations shall also be provided. It shall be allowed to stop the both of two MG sets at the same time not more than two weeks with operation of the backup generators. This project shall include modifications of existing sites, grounds, roads, buildings, facilities, devices and accessories to accomplish it. Restore anything damaged during this project. Base Item (CLIN 0001) shall include all field surveys, studies, designs and constructions of the following works: Electrical Work: (1) Remove an existing synchronous generator and accessories; and provide a new synchronous generator and accessories with stator-shifting drive mechanism. This work includes modification of existing generator foundation. (2) Modify an existing synchronous generator. This work includes factory repair, removal of existing accessories and provision of new accessories. (3) Modify two synchronous motors. This work includes factory repair, removal of existing accessories and provision of new accessories. (4) Remove existing Programmable Logic Controller (PLC), control panels, metal-enclosed switchgears, motor starting reactors, service transformers, wires, cables, conduits and accessories; and provide new PLC, control panels, metal-enclosed switchgears, motor starting reactors, service transformers, wires, cables, conduits and accessories. This work includes modification of floors, cable pits and foundations. (5) Remove existing overhead lines, pole air switches and accessories; and provide new overhead lines, pole air switches and accessories. (6) Remove existing underground cables, conduits, structures, hand/man holes and accessories; and provide new underground cables, conduits, structures, hand/man holes and accessories. (7) Modify existing metal-enclosed switchgears. This work includes removal of existing devices and accessories, and provision of new devices and accessories. (8) Remove existing FC Supervisory Control And Data Acquisition (SCADA) System; and provide new FC SCADA System. (9) Modify existing Utility SCADA System. (10) Modify existing fire protection system for BLDG. 201. This work includes removal of existing detectors, conduit wiring, portable fire extinguishers and accessories, and provision of new detectors, strobe horns with amplifiers, conduit wiring and accessories, and accessories of portable fire extinguishers. (11) Remove existing conduit wiring, lighting fixtures, exit signs, receptacles, panelboards and accessories; and provide new conduit wiring, lighting fixtures, exit signs, receptacles, panelboards and accessories for BLDG. 201. (12) Remove existing intercommunication system; and provide new intercommunication system for BLDG. 201. (13) Remove existing security system; and provide new security system for BLDG. 201. (14) Remove existing HVAC system, and provide new HAVC system for BLDG. 201. (15) Remove existing abandoned conduits/pipes for removed diesel driven generator system at BLDG. 201. (16) Provide new lightning protection system for BLDG. 201 and the FC system. (17) As necessary for other related works, modify existing/new equipment, devices, accessories walls, ceilings and floors with removal of existing ones and provision of new ones. (18) Provide temporary diesel driven generators, transformers, metal-enclosed switchgears, cables, wires and accessories during this project; and remove them. Architectural Work (1) Remove existing roof with asphalt roofing system, sheathing board and board type insulation. And provide new roof with waterproof roofing system, new sheathing board, new board type insulation and support for installation of lightning rods. This work includes removal of existing gutter, downspout and drain pipe, and provision of new gutter, downspout and drainpipe. (2) Replace existing exterior aluminum louver and panel on north side exterior wall with new aluminum louver and panel. Replace existing interior steel support with new steel suport for replacement of two synchronous generator and motors. This work includes removal of existing exterior louver cover which composed steel framing, metal roof, metal sheet cover, foundations, and provision of new exterior louver cover which composed steel framing, metal roof, metal sheet cover and foundations. Provide temporary enclosure and reinforcement of interior steel structure framing during replacement of generators and motors. (3) Remove existing ceiling at the office and toilet. And provide new ceiling. This works includes removal of existing metal suspended ceiling system, ceiling insulations, and provision of new metal suspended ceiling system and new ceiling insulations. (4) In case of providing new opening at the wall and roof as required for provision of new exhaust system, shall be no problem to structural of buildings. This work includes closing unused openings for wall and roof after removal of the existing HVAC system. (5) Restore the wall and provide touch-up paint for new receptacles and new panelboards. 6) Close openings for wall and roof after removal of existing abandoned conduits/pipes. (7) Cut existing partially synchronous generator foundation. Provide perforation to the existing synchronous generator concrete foundation. Provide joint bar anchor, arrangement of reinforcing rod and concrete for new synchronous generator foundation. Civil Work (1) Remove existing objections of underground water, steam, sewage, storm, electrical and communication line temporarily and restore after completion of new electrical wiring work. (2) Neat saw cut and remove existing concrete pavement and asphalt concrete pavement and restore after completion of new electrical wiring work as same as existing condition. (3) Remove existing objection of concrete structures, abandoned pipes, metal materials and etc. and dispose at off base. (4) Excavate existing ground for new electrical wiring and back fill with sand (RC-10) and existing soil. Surplus soil shall be disposed at off base. (5) Restore existing sodding area with new sodding and covering sand as same as existing condition. (6) Restore existing ground surface as match as existing site condition. (7) Repair existing damaged concrete and metal structures as same as existing condition. Statement of Capabilities Submittal Requirements: Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth above. The Statement of Capability (SOC) will determine the feasibility and/or basis for the Navy s decision to proceed with acquisition. Interested firms must submit a SOC, which describes, in detail, the firm s capability of providing design build construction at various Military and other Federal facilities worldwide. Your SOC shall include the following: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and fax numbers (4) indicate if the firm is registered in the Department of Defense (DOD) Central Contractor Registration (CCR) database, include DUNS Number and CAGE Code; and (5) provide information on recent past projects that best illustrate your qualifications for this contract. List up to five projects performed within the last five years. Provide information on experience of key personnel showing experience in providing design build construction. Provide the following information for each project listed: a) Contract number and project title; b) Name of contracting activity; c) Administrative Contracting Officer s name, current telephone number; d) Contracting Officer s Technical Representative or primary point of contact name and current telephone number; e) Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f) Period of performance (start and completion date); g) Basic contract award amount and final contract value; h) Summary of contract work. I) If award fee or award term incentivized, average performance rating received. The Government reserves the right to request additional information as needed, from any and all respondents. Submitted information shall be UNCLASSFIED. The SOC must be complete and sufficiently detailed to allow for a determination of the firm s qualifications to perform the defined work. The SOC must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and is limited to 20 single sided pages (including all attachments). Responses are due on Monday, 25 April 2016, by 4:00 PM Japan Standard Time (JST). The package shall be sent either by delivery mail service (Takuhaibin who has a gate access pass to Naval Yokosuka Base ) to the following address: Naval Facilities Engineering Command, Far East, ACQ2, CET (ATTN: Ms. Tomoko Kanzaki) PSC 473, Box 13, FPO AP 96349,BLDG F-60, 2nd Floor or electronically to tomoko.kanzaki.ja@fe.navy.mil. No escort service and pick up service for the submissions at the main gate is provided. Questions or comments regarding this notice may be addressed to Tomoko Kanzaki either by e-mail tomoko.kanzaki.ja@fe.navy.mil or by telephone 011-81-46-816-4095.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084/N4008416R0017/listing.html)
- Record
- SN04077782-W 20160409/160407235743-87b42be62e8e202d649d1f625ef26371 (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 |