Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2007 FBO #2160
SOLICITATION NOTICE

Z -- Multiple Award Construction Contract (MACC), U.S. Army and Air Force Installations, Japan

Notice Date
10/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 374 CONS - Yokota, Unit 5228, Yokota AB, APO Japan, ., 96328-5228, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA5209-07-R-0016
 
Point of Contact
Ryuichiro Murakami, Contract Specialist, Phone 81-42-552-1046, Fax 81-42-551-0973, - Namiko Kaneko, Contract Specialist, Phone 042-552-3010 (DSN: 225-7663), Fax 81-42-552-9846
 
E-Mail Address
ryuichiro.murakami.jp@yokota.af.mil, namiko.kaneko.jp@yokota.af.mil
 
Description
This project is an Indefinite Delivery/Indefinite Quantity (IDIQ) Design/Build Multiple Award Construction Contract (MACC) at Camp Zama, Yokota Air Force (AF) Base, and other U.S. Army and AF installations in Japan. The MACC is a contract for execution of a broad range of maintenance, repair and minor construction and may include design. Contractors will be expected to accomplish a wide variety of individual construction tasks, including design/build, renovation, additions/upgrades, along with specific work in Heating/Ventilation/Air Conditioning, electrical, mechanical and other major trades. Description of the work will be identified in each individual task order. Individual task orders may be as low as Y1,000,000, or may be well in excess of Y100,000,000, however most task orders will fall in the range of Y1,000,000 to Y50,000,000 (Y means Japanese currency yen). The program value is Not-to-Exceed Y7,500,000,000 over a five-year period. Each contract awarded will contain a basic 12-month period and four 12-month option periods. The government may award as many as eight (8) contracts but anticipates awarding approximately six (6) contracts. The government will evaluate offers and select the awardees utilizing the best value source selection procedures described in the Federal Acquisition Regulation (FAR Part 15.3) and Air Force Federal Acquisition Regulation Supplement (AFFARS 5315.3). In using this best value approach, the government seeks to award to those offerors who give the Army/Air Force the greatest confidence they will best meet our requirements affordably. While the government source selection evaluation team and the source selection authority will strive for maximum objectivity, the source selection process, by its nature, is subjective. This may result in an award being made to higher rated, higher priced offerors where the decision is consistent with the evaluation factors in the RFP and the selection authority reasonably determines that the technical superiority, and/or overall business approach, and/or superior past performance, of higher priced offerors outweighs the cost difference. The RFP will identify a seed project and award of the seed project will satisfy the guaranteed minimum for the first contract awarded. All other successful awardees are guaranteed a minimum of Y500,000. The government will compete future individual requirements among the awardees. An actual solicitation is expected to be issued on or about 1 Nov 07. The closing date and time for submission of offers will be contained in the solicitation package. The entire solicitation, including MACC General Provision and a seed project package, will be made available only on Electronic Posting System (EPS) single government point of entry (GPE) Web Site at http://www.fedbizopps.gov at that time. Potential offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information and for downloading their own copy of the solicitation package. Potential offerors MUST register at http://www.fedbizopps.gov in order to receive notification and/or changes to the solicitation. All contractors MUST be registered in the Central Contractor Registration database or their proposal will not be considered. Contractors can obtain further information on the Central Contractor Registration (CCR) at web site http://www.ccr.gov.
 
Place of Performance
Address: U.S. Army and Air Force Installations
Country: JAPAN
 
Record
SN01440209-W 20071026/071024225300 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.