Design-Build/Design-Bid-Build Multiple Award Construction Contract at Commander Fleet Activities Sasebo (CFAS), Japan and other areas throughout NAVFAC Far East’s area of responsibility in Japan (Regular MACC at CFAS) ($249,000,000 NTE)
Notice ID: N4008424R6501

The Naval Facilities Engineering Systems Command, Far East (NAVFAC FE), PWD Sasebo, FEAD Contracting Office intends to issue a solicitation for a Design-Build (DB) and Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) for performance at the U.S. Commander Fleet Activities, Sasebo (CFAS), Japan and other areas throughout NAVFAC Far East’s area of responsibility in Japan. The resulting contract(s) will have a five-year ordering period.  The information received will be utilized within the Navy to facilitate the decision making processes and will not be disclosed outside of the agency. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid and is not 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.

NAVFAC FE, PWD Sasebo, FEAD Contracting Office, is seeking to identify qualified, experienced, and interested businesses capable of performing the type of work as described herein.

The North American Industry Classification System (NAICS) Code for this procurement is 236220, Commercial and institutional Building Construction. The proposed scope of work includes architectural, mechanical, electrical and civil works for projects in support of shore based and waterfront facility investment such as facility and built-in equipment repair, construction, maintenance, equipment installation, sustainment, restoration / modernization, new footprint and demolition. Facilities projects include work classified as repair, construction, maintenance, equipment installation, sustainment, restoration / modernization and demolition. The Contractor must furnish all labor, management, supervision, tools, materials, equipment, engineering, and transportation, except otherwise specified herein, necessary to perform various facility and build-in equipment type projects

Potential project examples include building construction, renovations and repairs, the installation and / or repair of road pavement, fencing, fire suppression systems, HVAC systems, renewable energy source technologies, advanced metering systems; the removal and disposal of lead based paint and asbestos containing material; the installation, repair and optimizing of operations of shore-based equipment; the network integration of building automation and control equipment; and pier maintenance dredging work.

The Contractors shall be expected to respond and have the capability to respond to several Requests for Proposal (RFP) in a short period of time and manage several construction projects simultaneously. There are two (2) types of task orders in this MACC: (1) Design-Build Contract, combining design and construction in a single contract. The Contractor must perform Design and Construction in accordance with scope of work indicated by Task Order. The Contractor must perform both the design and construction. In support of design-build strategies, each contractor must possess in-house capabilities or employ the services of a Lead Design Firm (Architect-Engineer) experienced in the design development and coordination of projects within the scope of contract. And (2) Type B: Design-Bid-Build Contract, having 100% design plans and specifications. The Contractor must perform the construction only. Drawings, specifications, and other data for and preliminary to the construction are prepared by the Government; contract is only for the construction of the project. Design has been completed by the Government and the Contractor is to perform the construction only.

        

Should a future requirement evolve from this market research, it is anticipated that multiple contracts could be awarded, each for a term consisting of a five year ordering period. The estimated magnitude of the overall MACC is anticipated to have a ceiling of $249,000,000.

Task orders under this MACC Contract are anticipated to range between ¥50,000,000 and ¥3,000,000,000.

Any task order awarded under this MACC Contract valued over $150,000 will require a Performance Bond.

SPECIFY ANY AMOUNT TO BE CHARGED FOR SOLICITATION DOCUMENTS: The Request for Proposal (RFP) including the plans and specifications will be posted on PIEE and SAM and is available to be downloaded from the website free of charge.

SAM: In order to be eligible for any U.S. Government award, a contractor must register in the “System for Award Management” at www.sam.gov and have a valid CAGE code. Interested contractors are encouraged to begin the registration process as soon as possible.

PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE): In order to submit a offer/quotation/bid/proposal through the Solicitation Module in PIEE, you must have an active Proposal Manager role in PIEE at https://piee.eb.mil/. Attachment (1). Interested contractors are encouraged to begin the registration process as soon as possible.

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. Prior to award of any contract, Offerors must be registered to do business and possess a construction license (Kensetsu Gyo Kyoka) issued by the Ministry of Land, Infrastructure and Transport, or prefectural government. Offerors will be required to provide verification on such construction license prior to award of any contract to the Contracting Officer if such information is not already on file with or available to the Contracting Officer.

U.S. - JAPAN 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; however, the U.S. Government may consider designating eligible employee(s) as “Members of the Civilian Component” under Article I(b) of the SOFA.

SUBMITTAL REQUIREMENTS:

Interested firms should submit statement / summary of capability in Attachment (2) Market Research for N4008424R6501.

Respondents will not be notified of the results of the Navy’s market research. NAVFAC FE will utilize the information for acquisition planning purposes. All data received in response to this Sources Sought Notice marked or designated, as corporate or proprietary information will be fully protected from release outside the Government.

The following link provides prospective offerors with detail instructions on how to do business with NAVFAC FE and Attachment (3) Checklist_RegMACC provides step by step guidance during the Request for Proposal (RFP) phase of this solicitation.

        

https://pacific.navfac.navy.mil/Facilities-Engineering-Commands/NAVFAC-Far-East/About-Us/Contractors-Information/

Department/Ind.Agency DEPT OF DEFENSE
Office
NAVFAC
Contract Opportunities
Notice Type
Sources Sought
Updated Date
2023-12-11
Published Date
2023-12-11
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with