Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2005 FBO #1404
SOLICITATION NOTICE

38 -- INDEFINITE QUANTITY/INDEFINITE DELIVERY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR U.S. FLEET ACTIVITIES, SASEBO, JAPAN AND U.S. FLEET AND INDUSTRIAL SUPPLY CENTER YOKOSUKA DETACHMENT SASEBO, JAPAN

Notice Date
6/18/2005
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Pacific, OICC Sasebo, Sasebo Naval Base, Building 320 Hirase-cho, Sasebo, AP, 857-0056
 
ZIP Code
857-0056
 
Solicitation Number
N40084-05-R-6544
 
Response Due
8/1/2005
 
Point of Contact
Hirokazu Toyofuku, Contract Specialist, Phone 252-2395, Fax 252-3769, - Hirokazu Toyofuku, Contract Specialist, Phone 252-2395, Fax 252-3769,
 
E-Mail Address
hirokazu.toyofuku@sasebo.navy.mil, hirokazu.toyofuku@sasebo.navy.mil
 
Description
ROICC Sasebo office will be conducting a pre-solicitation conference for “SOLICITATION N40084-05-R-6544, INDEFINITE QUANTITY/INDEFINITE DELIVERY MULTIPLE AWARD CONSTRUCTION CONTRACT FOR U.S. FLEET ACTIVITIES, SASEBO, JAPAN AND U.S. FLEET AND INDUSTRIAL SUPPLY CENTER YOKOSUKA DETACHMENT SASEBO, JAPAN” on June 24, 2005, at 1330 hours at ROICC Sasebo Conference Room. This conference is to provide contractors a better understanding of the multiple award construction contract, design-build, and best value process. If you are interested in attending the conference, please submit a “Base Access Request” by 1200 hours on June 23, 2005. A pre-proposal conference will also be conducted, and will be announced through the E-SOL website identified herein. This procurement is being advertised on an unrestricted basis inviting full and open competition. This procurement consists of one solicitation with the intent to award three or more SEPARATE INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT to the responsible offerors whose proposals, conforming to the Request for Proposal (RFP), will be most advantageous to the Government resulting in the Best Value, cost or price and other factors considered. AWARD MAY BE MADE TO A FIRM OTHER THAN THAT SUBMITTING THE LOWEST PRICE. OFFERORS ARE ADVISED AWARD MAY BE MADE WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. THEREFORE OFFERORS INITIAL PROPOSALS SHOULD CONTAIN THE OFFERORS BEST TERMS. This is an IDIQ contract with no pre-established fixed contract prices. The actual amount of work to be performed and the time of such performance will be determined by the Contracting Officer or his properly authorized representative, who will issue written task orders to the contractor. Award of task orders will be on a firm fixed price basis. The work to be acquired under this solicitation will be based on issuance of individual task orders with specific scope of work valued from 200,000 yen to 30,000,000 yen. Task Orders will be issued as either 100% Plans and Specifications or Design-Build. 100% Plans and Specifications means the design has been completed by the Government and the contractor is to perform the construction only. Design-build means the contractor performs both the design and construction. The work to be performed under this contract will be performed primarily in Sasebo, Japan; however, the Government reserves the right to issue work within The Naval Facilities Engineering Command Area of Responsibility. In support of design-build strategies, each Offeror shall 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 this contract. In an effort to avoid a potential conflict of interest, Offerors are encouraged to offer multiple design teams to satisfy a variety of project types projected to be awarded during the term of contract(s). The Offeror and the proposed Lead Design Firm(s) for the basic contract(s) will be evaluated as a team. Lead Design Firm(s), their subsidiaries and affiliates that are involved at the RFP or design stage of a particular project will not be allowed to propose or be used on a Task Order for that project. All professional disciplines shall be registered and/or certified in their discipline in Japan. After award of the initial contracts, each awardee shall be provided a fair opportunity to be considered for each task order, except under those circumstances described in the contract. Should any of the IDIQ contractors be unable to competitively secure a task order to meet the minimum guarantee, award factors may be modified in order to ensure each participating contractor is awarded task orders. The basic contract period will be for 12 months. Each contract contains two (2) 12-month options with two one-year award term incentives. The only work authorized under this contract is work ordered by the government through issuance of a task order. The government makes no representation as to the number of task orders or actual amount of work to be ordered, however, during the term of the contract, a minimum of 1,000,000 yen is guaranteed to be ordered from each awardee, under the performance period of the contract. Contractors are not guaranteed work in excess of the minimum guarantee. IT IS THE INTENT OF THE GOVERNMENT TO AWARD AT LEAST THREE CONTRACTS. THE OFFERORS PROVIDING THE HIGHEST RATED BEST VALUE PROPOSALS WILL BE AWARDED A CONTRACT WITH A MINIMUM GUARANTEE. The solicitation will be available in electronic format only. The RFP will be posted on the website at http://esol.navfac.navy.mil on or about July 1, 2005. No hard copies will be provided. IT IS THE CONTRACTOR'S RESPONSIBILITY TO CHECK THE WEBSITE DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the website. Plan holders lists will not be faxed and will be available only at the Internet website address listed above. For inquiries about proposals due or number of amendments issued, contact Hirokazu Toyofuku at 011-81-956-50-2395. Any inquiries must be submitted in writing 15 days before proposals are due to the ROICC Sasebo, or sent by email to hirokazu.toyofuku@sasebo.navy.mil, or facsimile to 011-81-956-23-2535/50-3769. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUN-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-SEP-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N62836S/N40084-05-R-6544/listing.html)
 
Place of Performance
Address: U.S. FLEET ACTIVITIES, SASEBO, JAPAN AND U.S. FLEET AND INDUSTRIAL SUPPLY CENTER YOKOSUKA DETACHMENT SASEBO, JAPAN
 
Record
SN00906251-F 20050930/050928213814 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.