Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOURCES SOUGHT

Z -- PAVING INDEFINITE DELIVERY INDEFINITE QUANTITY AT VARIOUS U.S. GOVERNMENT INSTALLATIONS, OKINAWA, JAPAN

Notice Date
12/20/2021 6:20:25 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
NAVAL FAC ENGINEERING CMD FAR EAST FPO AP 96349-0013 USA
 
ZIP Code
96349-0013
 
Solicitation Number
N4008422R0092
 
Response Due
1/6/2022 9:30:00 PM
 
Point of Contact
Yuka Yabuta, Phone: 81468161643, Wendie P. Narvarte, Phone: 81468167076
 
E-Mail Address
yuka.yabuta.ja@fe.navy.mil, wendie.narvarte@fe.navy.mil
(yuka.yabuta.ja@fe.navy.mil, wendie.narvarte@fe.navy.mil)
 
Description
�Naval Facilities Engineering Command (NAVFAC) Far East, Contract Execution Team, is seeking information on establishing one base period (five-year ordering period) and one three-year option period for Indefinite Delivery/Indefinite Quantity (IDIQ) Paving Contract (MACC) at Various U.S. Government Installations, Okinawa, Japan. This notice does not constitute a Request for Proposal (RFP). The intent of this notice is to identify potential offerors for market research purposes. The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the Government. This notice is not to be construed as a commitment by the Government for any purpose other than market research. GENERAL INFORMATION: In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The North American Industry Classification System (NAICS) Code for this procurement is 237310, Highway, Street, and Bridge Construction. NAVFAC FE, Core Execution Team, is seeking to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein. The Contractor must furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary. The proposed scope of work will be specified in each task order and may include, but is not limited to: a. Total removal and/or replacement of the pavement system that may include the base and sub-base courses. b. Provision and/or removal of concrete curb and gutters. c. Provision and/or removal of drainage grating inlets. d. Provision and/or replacement of utility manhole covers. e. Patching, compacting and resurfacing/leveling. f. Removal and repainting of pavement markings or markers. (Note: All pavements markers are assumed to be LEAD FREE) g. Saw cutting of existing pavement. h. Provision and/or removal of pre-cast concrete blocks at pavement edges. i. Provision and/or removal of sod and seeding. j. Height adjustment of utility manholes to meet new pavement surface elevations. (Note: This may require cutting of concrete and placement of new concrete.) k. Provision and/or removal of concrete sidewalk. l. Provision and/or removal of traffic signs (complete set). m. Provision and/or removal of concrete vehicle bumper. (Note: Bumpers may either be painted with letterings or non-painted depending on the task order requirement). n. Tree relocation and/or tree removal and disposal. o. Removal of concrete and rocks/boulders (considered as ""hard material""). p. Provision of new paint related to the paving repair work. q. Removal of existing structures related to paving repair work. r. Provision of concrete encasement to existing utility lines. s. Provision of temporary supports to existing utility lines during construction. t. Removal of vegetation and disposal. u. Shaving of existing asphalt pavement. Work may also include the following task: 1.�� �Construction of new asphalt pavement complete with base and sub-base courses at developed areas (cleared of vegetation) and non-developed areas (not cleared of vegetation). Conduct first a magnetic inquiry or prospecting prior to disturbance of new site. 2.�� �Provision of topographic survey and site plans for new construction sites to establish new surface elevations and drainage outflows. As a minimum, the site plan shall show one cross-sectional and one longitudinal representation of the ground conditions and a profile to indicate rain water outflow directions. 3.�� �Airfield repairs but not limited to runway rubber removal, removal and repainting of existing airfield pavement markings (to include special letterings), removal & resealing of joints, repairs to concrete pavement spalls or construction joints, crack repairs, removal of rust, repainting (to include cleaning) of existing tie-downs (mooring eyes) and provision and/or removal of tie downs (mooring eyes). Per DFARS 236.204, the magnitude of this project for base period (5-year ordering period) and option period 1 (3-year ordering period) is between �2,500,000,000 and �10,000,000,000. Each Task Order may range from �5,000,000 to �20,000,000 CONTRACTOR LICENSING REQUIREMENTS: Any contract resulting from this solicitation will be awarded and performed in its entirety in the country of Japan. Contractors must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the contract. Contractors must be registered to do business and possess an appropriate license issued by the Ministry of Land, Infrastructure and Transport or prefectural government in order to perform work under this contract. Offerors will be required to provide verification on such license prior to award of any task order to the Contracting Officer if such information is not already on file with or available to the Contracting Officer. STATUS OF FORCES AGREEMENT: 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 solicitation; 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. SUBMISSION REQUIREMENTS: Interested sources are invited to respond to the Statement of Interest Questionnaire by using the form provided under a separate file, titled Attachment 1_Statement of Interest Questionnaire.� No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests.� Respondents will not be notified of the results of the Navy�s market research. However, NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Notice marked or designated, as corporate or proprietary information, will be fully protected from release outside the Government. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b348ae7e5641438d8d6f169dfa334b46/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06202022-F 20211222/211220230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.