Amendment 0002 (12 March 2025):
The purpose of this amendment is to remove the following clauses in accordance with Class Deviation 2025-O0003 Restoring Merit-Based Opportunity in Federal Contracts:
1. FAR 52.222-21, Prohibition of Segregated Facilities
2. FAR 52.222-27, Affirmative Action Compliance Requirement of Construction
3. FAR 52.222-29, Notification of Visa Denial
Amendment 0001 (12 March 2025):
The purpose of this amendment is the following:
1. Incorporate Attachment 7 - Pre-Proposal Conference Slides - Okinawa MACC
2. Incorporate Attachment 8 - RFI Responses - Okinawa MACC
3. Section L - Instructions, Conditions, & Notices to Offerors or Quoters is amended to incorporate responses to RFIs.
4. Section M - Evaluation Factors for Award is amended to incorporate responses to RFIs. 4. Block 12b. is amended to 15 days.
5. The period of performance in the description of CLIN 2001 is amended to 12 Jun 29 - 11 Jun 30.
6. FAR 52.236-1 was amended as described in the responses to RFIs.
7. Updated Attachment 1 - MACC Master Statement of Work - 10 March 2025 to incorporate responses to RFIs.
8. The proposal due date is extended by 7 calendar days to 28 March 2025 at 4:00 PM JST.
Update (3 March 2025): The Preproposal Conference Slides have been uploaded as an attachment in the PIEE Solicitation Module listed under Amendment 0001.
Project Title: Okinawa Multiple Award Construction Contract (MACC)
The Okinawa MACC is intended to be a multiple-award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) for Design-Build (DB) and Design-Bid-Build, Construction Only services based on a general statement of work further defined with each individual Task Order (TO). This MACC is designated for the execution of a broad range of projects, both on and off Military Bases, all throughout the country of Japan. The Contractor shall provide all labor, materials, equipment, transportation, supervision, quality control, and other items necessary to design, manage and accomplish a range of maintenance, repair, and minor construction projects on Real Property.
The primary North American Industry Classification System (NAICS) Code for this requirement will be NAICS 236220 and Product Service Code (PSC) Z2JZ. During the life of the IDIQ, Task Orders will be competed amongst those successful contractor(s) who receive an IDIQ Contract Award.
The minimum value of any one individual Task Order after the initial Task Order under this program is $500,000.00 (or Yen equivalent), and the maximum value is $25,000,000.00 (or Yen equivalent). The total program ceiling is $995,000,000.00 (or Yen equivalent) over a five-year period as detailed within.
Requests for Information (RFI) must be submitted No Later Than 5 March 2025, at 10:00 AM (JST).
Pre-Proposal Conference (Virtual): Conference will be held virtually on Microsoft teams and/or via teleconference call on February 28, 2025, at 1:00PM JST (Japan Standard Time) / February 27, 2025, at 11:00PM EST (Eastern Standard Time). Failure to send a request for a link to Kurt Stuebs (kurt.stuebs.2@us.af.mil) by February 27, 2025, at 1:00PM JST (Japan Standard Time) / February 26, 2025, at 11:00PM EST (Eastern Standard Time) may result in the Government not being able to provide you with a link to the pre-proposal conference.
All proposals shall be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation module at https://piee.eb.mil/. Proposals will not be accepted via email, facsimile, mail, or any other means.