Search Contract Opportunities

Okinawa DB/DBB MACC Amendment 0001 and Phase One Notice 1   3

ID: N4008425R0041 • Type: Solicitation

Description

Posted: Nov. 15, 2024, 12:48 a.m. EST
Amendment 0002 and Phase One PPI Notice 2 of Solicitation N40084-25-R-0041 are hereby issued on 15 November 2024. Phase One Notice 2 is provided in response to pre-proposal inquiries (PPIs) and is provided herein as Enclosure 1. Notice 2 is provided for INFORMATION ONLY. The solicitation remains unchanged unless it is amended in writing on a Standard Form 30. The date for receipt of Phase One proposals remains unchanged at 22 November 2024, 02:30 P.M. Japan Standard Time (JST).
Posted: Nov. 5, 2024, 3:44 a.m. EST
Posted: Oct. 21, 2024, 1:00 a.m. EDT
Posted: Oct. 16, 2024, 2:58 a.m. EDT
This procurement is for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan.The Contractor must furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation, except otherwise specified in each task order necessary to perform the various projects.The proposed scope of work will be specified in each task order and may include, but is not limited to, office renovation, building demolition, built-in equipment repair/replacement, piping repair/replacement, pipe lagging, electrical work, mechanical work, road pavement, fencing, erosion and washout repairs, piers, wharves, dredging of canals, Entry Facilities Controls, roofing, painting, site work, removal and disposal of lead-based paint and asbestos containing material, welding, and masonry.This requirement is anticipated to result in approximately eight (8) contract awards where the aggregate value of all contracts will not exceed $1,000,000,000 over a five (5) year base period plus a three (3) year option period. The anticipated task orders will be FFP ranging from JPY50,000,000 to JPY2,500,000,000 or Japanese yen equivalent. However, task orders under or over these amounts may be considered if determined to be in the Government?s best interest and approved by the Contracting Officer.The minimum guarantee is JPY1,000,000 per contract. A task order for the minimum guarantee will be issued concurrently with the award of the basic contract for the Offerors awarded a MACC, but not awarded the seed project. This solicitation utilizes Two Phase Design-Build Selection Procedures in FAR Subpart 36.3. All interested vendors may submit Phase One proposals. The Government will evaluate Phase One proposals and select the Offerors with the most highly rated proposals to submit Phase Two proposals. A maximum of 10 Offerors will be selected for Phase Two.There will be one (1) Design-Bid-Build seed project included in this solicitation, which will be released in the Phase Two solicitation.Award will be made to the responsible Offerors whose proposals, conforming to the solicitation, are the most advantageous and offers the best value to the Government considering price and non-price evaluation factors. PLANS AND SPECIFICATIONS: The RFP including the plans and specifications will be posted on the Government-wide point of entry (GPE), currently SAM.GOV (https://sam.gov). When posted, all RFP documents may be downloaded from the website free of charge. 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. 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.
Background
This procurement is for an Indefinite Delivery/Indefinite Quantity (IDIQ), Design Build (DB)/Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for U.S. Government Installations in the Okinawa Region, Japan.

The goal of this contract is to provide construction services that support the mission of the U.S. Government in this region, ensuring that various installations are maintained and improved as necessary.

Work Details
The Contractor must furnish all labor, management, supervision, tools, materials, equipment, incidental engineering, and transportation necessary to perform various projects under each task order.

The scope of work may include: office renovation; building demolition; built-in equipment repair/replacement; piping repair/replacement; pipe lagging; electrical work; mechanical work; road pavement; fencing; erosion and washout repairs; piers and wharves construction; dredging of canals; Entry Facilities Controls installation; roofing; painting; site work; removal and disposal of lead-based paint and asbestos-containing material; welding; and masonry.

The anticipated task orders will be Firm Fixed Price (FFP) ranging from JPY50,000,000 to JPY2,500,000,000 or equivalent amounts in Japanese yen.

Period of Performance
The contract will have a base period of five (5) years with an option for an additional three (3) years.

Place of Performance
The construction projects will be performed at various U.S. Government Installations in the Okinawa Region, Japan.

Overview

Response Deadline
Nov. 22, 2024, 12:30 a.m. EST (original: Nov. 15, 2024, 12:30 a.m. EST) Past Due
Posted
Oct. 16, 2024, 2:58 a.m. EDT (updated: Nov. 15, 2024, 12:48 a.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$50,000,000 - $200,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 10/16/24 NAVFAC Far East issued Solicitation N4008425R0041 for Okinawa DB/DBB MACC Amendment 0001 and Phase One Notice 1 due 11/22/24. The opportunity was issued full & open with NAICS 236220 and PSC Z2JZ.
Primary Contact
Name
Tomoko Kanzaki   Profile
Phone
(046) 816-4095

Secondary Contact

Name
Janeen Bais   Profile
Phone
(046) 816-3418

Documents

Posted documents for Solicitation N4008425R0041

Question & Answer

Opportunity Lifecycle

Procurement notices related to Solicitation N4008425R0041

Incumbent or Similar Awards

Contracts Similar to Solicitation N4008425R0041

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N4008425R0041

Similar Active Opportunities

Open contract opportunities similar to Solicitation N4008425R0041

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVFAC > NAVFAC PACIFIC CMD > NAVFAC FAR EAST > NAVAL FAC ENGINEERING CMD FAR EAST
FPDS Organization Code
1700-N40084
Source Organization Code
100513870
Last Updated
Nov. 15, 2024
Last Updated By
Tomoko.Kanzaki.ln@us.navy.mil
Archive Date
Nov. 15, 2025