

Radon Mitigation IDIQ
Process Number FA527022RADON_IDIQ

Dates:
FA527022RADON_IDIQ
Department/Ind. Agency:DEPT OF DEFENSE
Sub-tier:DEPT OF DEFENSE
Sub Command:FA5270 18 CONS PK
Office:FA5270 18 CONS PK
General Information:
(UTC+09:00) TOKYO, JAPAN
Updated Published Date:(UTC+09:00) TOKYO, JAPAN
Original Published Date:2021-10-04 14:30:00
Original Response Date:Nov 03, 2021 04:00 pm JST
Inactive Policy:Manual
Original Inactive Date:Dec 30, 2021
Initiative:- None***--***
Classification:
Z2FA - REPAIR OR ALTERATION OF FAMILY HOUSING FACILITIES
NAICS Code:562910 - Remediation Services
Description:
THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT. The 18th Contracting Squadron is seeking industry information and input with regards to a potential Radon Mitigation Multiple Award Construction Contract (MACC) or Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) to install radon mitigation system on military family housing units throughout various US Military Installations on Okinawa, Japan. This Sources Sought Synopsis/Request for Information (RFI) is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this Sources Sought/RFI. The Sources Sought/RFI is to determine potential sources, for information, and for planning purposes only. Only non-classified information shall be provided in your response. The United States Air Force (USAF) will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought/RFI. The purpose of this Sources Sought/RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive. A solicitation may be released at a later date. Any future solicitation, including specifications and/or drawings, will be made available on the Federal Business Opportunities website. Interested Parties are solely responsible for monitoring the aforementioned website for the release of a solicitation package and/or any updates and/or amendments. It is not to be construed as a commitment by the Government to procure any services, nor does the Air Force intend to award a contract on the basis of this request for information or otherwise pay for the information solicited. No solicitation, specifications, or drawings will be available at this time; therefore, do not request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Marika LeVo at marika.levo@us.af.mil and Jeffrey Sprunger at jeffrey.sprunger.2@us.af.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. PROGRAM DETAILS: The purpose of this NOTICE is to gain knowledge of potential business sources interested in installing radon mitigation system on housing units throughout various US Military Installation on Okinawa, Japan. The capabilities will be evaluated solely for the purpose of determine adequate competition among the potential pool of available contractors. This project is planned for advertising on or around February 2022. The MACC and Single Indefinite Delivery/Indefinite Quantity award contracts are used for specialized purposes. Both are firm fixed price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract that will provide a vehicle for the execution of Radon Mitigation construction projects. Contractors will be expected to accomplish a wide variety of radon mitigation tasks, including design/build (designs ranging from 35% up to 95% level of effort), repair, replacement, additions/upgrades and post mitigation radon testing. In-house design capability or ready access to design capability is required. The primary North American Industry Classification System (NAICS) Code for work performed will be NAICS Codes No. 562910. During the life of the contract, projects will be identified as task orders and will be competed amongst those successful contractor(s) who receive a basic contract under the MACC or non- competitively if awarded through single Indefinite delivery/Indefinite quantity (IDIQ) contract. Individual task orders are anticipated to range between $3K - $800M / (¥) Yen equivalent. The total program value will not exceed $5M / (¥) Yen equivalent over a five-year period. The number of awards the Government will award is still under consideration, however, at this point the Government anticipates awarding up to three (3) contracts. Each contract awarded will contain a maximum ordering period of five years. Performance bonds will be required per individual task order in accordance with Federal Acquisition Regulation Part 28. Under FAR 52.236-1, the contractor shall perform on the site, and with its own organization, work equivalent to 25 percent of the total amount of work to be performed under this contract. NOTE: This program will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. WORK SUMMARY: See Attachment 1: Draft Radon Mitigation SOW and Attachment 2: SOW Attachment Example, and Attachment 3: 01 57 19.01 Temporary Environmental Protection (Mar 2020). CAPABILITY STATEMENT: The following requests are designed to assist 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan in tailoring requirements to be consistent with industry capabilities. Please provide your responses to the following. Please limit your submission to no more than 15 pages. 1) Please provide your company name, address, point of contact (POC), telephone number, fax number, email address, Commercial and Government Entity (CAGE) Code and Data Universal Numbering System (DUNS). 2) Please provide your company's business size, average annual receipts for the last three fiscal years (please indicate fiscal period), and number of years in the industry. 3) Please demonstrate your ability to execute a broad range of radon mitigation projects. 4) Please identify your in-house capability. Identify if you have in-house capability, if you subcontract all work, if you have licensed professional and/or registered professionals, and what would be subcontracted. 5) Please provide past/current (present to up to past 5 years) performance background such that you were the Prime Contractor or Sub Contractor for comparable work of this magnitude, to include: a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Point of Contact information such as: Name/Email/Telephone Number e. Value of the contract(s) f. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour g. Percentage of work done as the Prime Contractor h. Timeliness of performance i. Customer satisfaction 6) Please identify the largest radon mitigation project your company has successfully delivered (to include dollar amount, client, date completed, and brief description). 7) Offeror's Joint Venture information if applicable - existing and potential. 8) Offeror's Bonding Capability (in the form of a letter from Surety) The capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company’s ability to demonstrate existing or developed expertise and experience in relation to the area specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. This is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Potential offerors are not required to respond to this sources sought but are highly encouraged as again this information will help assist the Government in meeting our requirements in an efficient and effective manner. Please submit the Capability Statement directly to Marika LeVo at marika.levo@us.af.mil and Jeffrey Sprunger at jeffrey.sprunger.2@us.af.mil. RESPONSE INFORMATION: Interested and qualified sources are highly encouraged to provide all information requested above, comprised of the Capability Statement. All interested parties must be currently registered in the System for Award Management (SAM) database. This request is in support of 18 CONS located at Kadena Air Base (AB), Japan. The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business Opportunities website. In order to be considered in this market survey, complete the Capability Statement and respond by 1600 PM Japan Standard Time (JST), 3 November 2021. If you have any questions, please contact the above POC’s via email.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
UNIT 5199
APO , AP 96368-5199
USA
Primary Point of Contacts:Marika LeVo
Secondary Point of Contact:Jeff Sprunger