The proposed work requirements includes infrastructure improvements in Kadena Air Base, Camp McTureous and Camp Foster housing areas and incidental related work. Infrastructure to be improved includes pavement, sidewalks, domestic water distribution, storm and sanitary sewer collection systems, underground electric distribution systems, exterior lighting and telecommunication systems. Neighborhoods included in this project on Kadena Air Base include Arnold Terrace, Beeson, Marek Park, North Terrace, Sebille Manor, Stearley Heights and Stillwell Park. Kishaba Terrace at Camp Foster and all housing at Camp McTerous are also included in this project.
Interested contractors shall consider the following requirements:
A. Site Location: Kadena Air Base, Camp McTureous and Camp Foster located in Okinawa, Japan
B. In accordance with FAR 36.204 and DFARS 236.204, the estimated magnitude of this construction project is between $25,000,000 and $100,000,000 USD
C. NAICS Code is 237990 - Other Heavy and Civil Engineering Construction
The contractor must be able to demonstrate that their company has the capability to successfully execute this requirement. The firm should provide the following information in their response.
1. Company name, mailing address, point of contact, telephone number, email address and CAGE code
2. Information indicating the type of similar projects (new vertical construction between $25,000,000-$100,000,000 USD in the last 5 years) your firm has successfully completed as a prime contractor. The Government is looking for prime contractor experience only.
a. Identify any contracts of similar scope and magnitude including contract number previously awarded and successfully completed in Japan
b. Identify any contracts of similar scope and magnitude previously award to you by the U.S. Army Corps of Engineers. Provide the contract number in your response and dollar magnitude.
3. Provide a statement of your firm's ability to execute multiple projects in the identified location.
4. Provide a capabilities statement showing the maximum construction capacity your firm can adequately perform. The contractor should be familiar with this type of work and show similar projects successfully accomplished in the recent past.
5. Controlling interest: Provide the nationality of your firm. Is your firm foreign-owned/foreign-controlled? The company's joint venture information, either existing or potential, if applicable.
6. A statement of firm's bonding or surety consisting of the following information: Name of Surety, including contact information, type of security available (i.e. Payment, Performance Bonds, Letter of Credit), Construction bonding level per contract, and aggregate construction bonding available.
All responses should be provided NLT Tuesday December 9, 2016 12:00 PM (Central Time) to Carmen E. Hopkins via email at [email protected]. This Sources Sought Notice is to assist the Corps of Engineers in identifying an appropriate acquisition strategy only. Once the final solicitation is issued, it will be announced/posted in Federal Business Opportunities (FBO) with sufficient time for all interested parties to respond accordingly.
No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. However, the information will be utilized for technical and acquisition planning. All data received in response to this Sources Sought Synopsis marked or designated as corporate or proprietary information will be fully protected from release outside the Government. Since this is a sources sought announcement, no debrief, evaluation letters, and/or results will be issued to responders.
POINT-OF-CONTACT
The point-of-contact for administrative or contractual questions is Carmen E. Hopkins at [email protected].
Please no phone calls. All questions must be submitted in writing to the above point-of-contact.