MODIFICATION
Z -- Design-Build Renovation of Chibana Administrative Buildings, DLA-E, Okinawa, Japan - Appendix D, 35% design drawings
- Notice Date
- 3/24/2017
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA8903-17-R-0018
- Point of Contact
- 1st Lt Carl Rossi, Phone: 210-395-8595, Elizabeth Wergin, Phone: 210-395-8574
- E-Mail Address
-
carl.rossi.1@us.af.mil, elizabeth.wergin@us.af.mil
(carl.rossi.1@us.af.mil, elizabeth.wergin@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Chibana Temp moves E-100 and E-101 drawings CHIBANA COMPOUND SRM RENOVATIONS ED-100 Drawings A-106 Drawings Chibana Compound Site Plan Building 53165, 35% design drawings Building 53155, 35% design drawings Building 53145, 35% design drawings Building 53135, 35% design drawings Building 53125, 35% design drawings Building 53117, 35% design drawings Building 53115, 35% design drawings Building 53110, 35% design drawings Building 40720, 35% design drawings THIS NOTICE DOES NOT CONSTITUE A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE, OR AN INVITATION FOR BID. This Pre-solicitation Notice does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force Installation Contracting Agency (AFICA)/772d Enterprise Sourcing Squadron (772 ESS) is not at this time seeking bids, and will not accept unsolicited bids. AFICA/772 ESS and Air Force Civil Engineering Center (AFCEC) intends to issue an Invitation for Bid (IFB) for a firm fixed-price, construction contract for the Design-Build Renovation of Chibana Administrative Buildings, DLA-E, Okinawa, Japan. The anticipated requirement will be issued under IFB FA8903-17-R-0018. The IFB is expected to be posted to the Federal Business Opportunities at www.fbo.gov in June 2017. Prior to the issuance of the IFB solicitation, AFCEC and the 772 ESS/PKZ will be conducting a site visit on or about 27 April 2017. The exact time, date, and meeting location will be posted at a later date. The site visit is not mandatory but highly encouraged. Questions regarding the project must be in English and submitted on the attached QA spreadsheet to the points-of-contact for this Pre-Solicitation Notice no later than 7 days after the site visit. Any incurred costs for the site visit will be the responsibility of the Contractor or Contractor Representative, additionally, you will not be reimbursed for bid and/or proposal costs. The Government reserves the right to cancel this site visit/solicitation at any time. To register for the site visit, please provide the below information for each attendee to the points-of-contact for this Pre-Solicitation Notice NLT 1400 CST, 31 March 2017. This information is required for security screening. Each bidder may send a maximum of 4 personnel and 2 vehicles to the site visit. NAME (LAST, FIRST) CITIZENSHIP/PASSPORT/GOJ ID # CURRENT ADDRESS VEHICLE INFORMATION All correspondence, questions, and bids submitted in response to this requirement shall be in English. Correspondence, questions, and bids received in other than English shall be rejected. The site visit will be in English, it is the sole responsibility of the bidder to provide an interpreter for other than English translations. This procurement will be conducted utilizing IFB Full & Open Unrestricted Bidding procedures under FAR Part 14. Award will be made to lowest responsive, responsible bidder. Bidders will be required to provide evidence of their firm's responsibility to perform this work, IAW FAR 9.104. For more information on contractor qualifications, see Attachment 1 (subject to change). Submission requirements will be provided in the solicitation. The Government intends to award one (1) firm fixed-price contract. In accordance with FAR 36.204(i), the construction magnitude of this project is estimated between $1,000,000-$5,000,000. The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and Institutional Building Construction, with the annual Size Standard of $36.5M. Project Description: Design-Build Renovation of Chibana Administrative Buildings, DLA-E, Okinawa, Japan. The work shall consist of providing all labor, material, equipment, and transportation necessary for the design and repair of various DLA-E Chibana administration facilities, Okinawa, Japan. Work shall include; general office/administration space renovation, renovation of existing restrooms/addition of new restrooms, electrical and mechanical work, and IT systems connections IAW the 35% design drawings listed in Appendix D. The Period of Performance (PoP) is 730 calendar days. Adherence to the Government-furnished 35% Conceptual Design Documents is required. Two Sources Sought were issued; (1) on August 31, 2015 under Solicitation number FY16DoDPOL_Construction, and (2) on November 13, 2015 under FY16_DoDPOL_OCONUS IDIQ. The purposes of both sources sought was to gather responses from potential qualified Small Businesses, local U.S. Small Business Administration (SBA) certified 8(a), SBA certified HUB Zone, SBA certified Service Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Women Owned Small Businesses (WOSB) and SBA certified Economically Disadvantaged Women Owned Small Businesses (EDWOSB) for experienced small business firms that provide construction and renovations for Department of Defense (DoD) POL systems in the Pacific region (PACAF) and/or European region (USAFE). Based on responses received, this procurement will be conducted utilizing IFB Full and Open Unrestricted competitive procedures. The Government intends to post all notices/amendments related to this solicitation on the Federal Business Opportunities (FBO) at www.fbo.gov. All interested firms must be registered on the FBO web sites in order to obtain the solicitation documents and all information regarding the solicitation. Hard copies of the solicitation will not be provided. It is the responsibility of the bidder to check the website daily for any updates/amendments. Bidders are encouraged to check the FBO web site frequently in order to be notified of any changes to this solicitation. IMPORTANT NOTICE : All contractors submitting bids, proposals, or quotes on DoD solicitations must be registered in the System for Award Management (SAM) database. Failure to register in the SAM database will make a bidder ineligible for award. The SAM website can be accessed at www.sam.gov/portal/SAM. Points-of-contact for this Pre-Solicitation Notice: 1st Lt Carl V. Rossi, Contract Specialist, E-Mail: carl.rossi.1@us.af.mil Elizabeth L. Wergin, Contracting Officer, E-Mail: elizabeth.wergin@us.af.mil 2 Attachments: Attachment 1 - Contractor Qualifications Attachment 2 - Draft Statement of Work (SOW)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ecccd58f5812945bea0f7ae1238c7393)
- Place of Performance
- Address: Chibana Administrative Buildings, DLA-E, Okinawa, Japan, Chibana, Non-U.S., United States
- Record
- SN04446773-W 20170326/170324234313-ecccd58f5812945bea0f7ae1238c7393 (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 |