Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2012 FBO #3786
SOLICITATION NOTICE

54 -- Procure Relocatable Bldgs for MCAS Futenma, Okinawa, Japan

Notice Date
4/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
N40084 NAVFAC FAR EAST, ROICC Camp Butler Unit 35006, FPO AP 96373-5006 Building 331, Camp Foster Chatan-Cho, Okinawa,
 
ZIP Code
00000
 
Solicitation Number
N4008412R2205
 
Response Due
5/7/2012
 
Archive Date
5/7/2012
 
Point of Contact
Ms. Tomomi Yokoda 098-970-1493 Prime POC is Ms. Tomomi Yokoda, commercial: 098-970-1493, email address: tomomi.yokoda.ja@usmc.mil and Alternate POC is Ms. Nettie Miller, commercial: 098-970-4153, email address: nettie.miller@usmc.mil
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. (ii) The solicitation number N40084-12-R-2205 is being issued as a request for quotation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-56. (iv) CLIN 0001-- Provide new containerized office spaces. The containerized office spaces shall be installed on existing concrete foundations between Hangar 515 and Bldg 530, MCAS Futenma, Okinawa, Japan. One (1) of the existing concrete foundations is approximately 27.3 meters long, 3.6 meters wide. An additional four (4) containerized office spaces are solicited as OPTIONS at time of award with the existing concrete foundations approximately 9.1 meters long, 3.6 meters wide. Offeror ™s shall be responsible for verifying foundation dimensions. The Offeror shall provide and install suitable tie-downs for the buildings to resist typhoon winds. The buildings shall be provided with exterior metal roofing and exterior metal siding. The interior finish shall be wallboard with glass wool insulation. Ceiling finish shall be ceiling tiles with glass wool insulation. Flooring shall be 2-layered plywood with 3mm thick floor tile finishing. Windows and doors shall be aluminum and properly sealed. The building interiors shall be equipped with duplex electrical outlets spaced approximately 2.4 meters on center. Electrical lighting fixtures and air conditioning units shall be adequately sized for each building. The buildings shall be equipped with weather-proof electrical disconnect switches for electrical power connection by others. The building interiors shall be equipped with dual I/O RJ45/T568A computer outlets spaced approximately 3.6 meters on center. All cabling must be CAT6 Ethernet cable, green color. The buildings shall be equipped with capped 10cm diameter stub-outs at ceiling height at each end of the building for Comm/LAN system connections by others. (v) The Contractor shall provide all personnel, materials, equipment, tools, transportation, supervision and other items and services necessary to provide five (5) new prefabricated/containerized office spaces. The buildings shall be installed on existing concrete foundations between Hangar 515 and Bldg 530, MCAS Futenma, Okinawa, Japan. (vi) Place of performance is MCAS Futenma, Okinawa, Japan. (vii) The provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. (viii) The provision 52.212-2, Evaluation-Commercial Items, applies to this procurement. The government will award a firm-fixed price contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on lowest price technically acceptable. The technical acceptability factors are as follows: (1)Time ”Offeror proposal meeting required delivery date of 1 June 2012, to include optional containerized office spaces. (2)Offeror must have successfully completed two (2) contracts with a minimum value of $200,000 annually and be actively engaged as a contractor performing services as defined by the NAICS Code 236220 within the last five (5) years. (ix) The Government advises Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. Offerors are also reminded to complete Offeror Representations and Certifications on-line at www.bpn.gov prior to submitting an offer. (x) Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. (xi) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition and the additional FAR clauses cited in the clause are applicable: 52.203-6, 52.204-10, 52.209-6, 52.223-18, 52.222-19, and 52.232-33. (xii) There is no Defense Priorities and Allocations System (DPAS) rating applicable for this procurement. (xiii) All offerors must attend a site visit on 13 April 2012, 10:00 AM at Bldg 530, MCAS Futenma. If you need an escort to MCAS Futenma, please fill out and email the attached MCBJ GROUP ACCESS PASS form to Ms. Tomomi Yokoda, tomomi.yokoda.ja@usmc.mil no later than 06 April 2012. All offerors submit a quote by 11:00 AM Japan Standard Time on Monday, 07 May 2012. Proposals received after that time may not be considered. (xiv) Any questions regarding this notice should be directed to Ms. Tomomi Yokoda, 098-970-1493, or by email to tomomi.yokoda.ja@usmc.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N40084B/N4008412R2205/listing.html)
 
Record
SN02714559-W 20120406/120405000241-65ab6ab9eccceb357843d1d51e395905 (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.