N4008425R0074: Commander Fleet Activities Sasebo DB/DBB MACC Amendment 0004 and Phase One Notice 3
ID: N4008425R0074Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM FAR EASTFPO, AP, 96349-0013, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF MISCELLANEOUS BUILDINGS (Z2JZ)
Timeline
  1. 1
    Posted Mar 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 9, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:30 AM UTC
Description

The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting proposals for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) Design-Build (DB)/Design-Bid-Build (DBB) Multiple Award Construction Contract (MACC) for various construction projects at Commander Fleet Activities Sasebo (CFAS), Japan, and surrounding areas. This procurement aims to facilitate the repair and alteration of miscellaneous buildings, ensuring that the facilities meet operational requirements and standards. The awarded contracts will play a crucial role in maintaining and enhancing the infrastructure necessary for military operations in the region. Interested contractors can reach out to Heather Seibold at heather.a.seibold.civ@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further information regarding the solicitation process.

Files
No associated files provided.
Similar Opportunities
Indefinite Delivery/Indefinite Quantity (IDIQ), Design-Bid-Build (DBB), Multiple Award Construction Contract (MACC) for the U.S. Naval Air Facility (NAF), Atsugi, Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC), is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for various construction projects at the U.S. Naval Air Facility (NAF) in Atsugi, Japan. This contract, valued at up to $99 million, will encompass new construction, renovations, and repairs, with a focus on a seed project involving the replacement of the metal roof at the facility. The procurement process emphasizes the importance of contractor experience, past performance, safety records, and technical approaches, with proposals due by April 18, 2025. Interested contractors should contact Emiko Uyama at emiko.uyama2.ln@us.navy.mil or Teresa Aguon at teresa.f.aguon.civ@us.navy.mil for further details and to confirm attendance at the pre-proposal conference scheduled for March 25, 2025.
Maintenance Dredging Phase -3, Maebata and Hario Shima at Commander Fleet Activities, Sasebo (CFAS), Japan
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is soliciting bids for the Maintenance Dredging Phase -3 project at Commander Fleet Activities, Sasebo (CFAS), Japan. This project involves conducting survey and dredging works to ensure safe navigation for Naval Ships and Tankers at designated wharfs and piers, including the transportation and treatment of excavated sediment materials. The work is critical for maintaining operational readiness and safety in naval operations, and it encompasses related temporary works necessary for project completion. Interested contractors should direct inquiries to Masayo Sonoda at masayo.sonoda.ln@us.navy.mil or call 011-81-956-50-2394, with the bid open date extended following the government's amendment to the solicitation on April 2, 2025.
Z--Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan.
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the Whole House Revitalization of Ume Tower, Bldg 5024, U.S. Fleet Activities Sasebo, Japan. This project involves the renovation of the existing Family Housing Hirise Building, including replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to kitchen and common spaces. The contractor must be authorized to operate in Japan and comply with all local laws and regulations. The estimated magnitude of this construction project is between $10,000,000 and $25,000,000 USD. The work must be completed within 620 calendar days after the date of award. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award.
B983 RENOVATE GALLEY AT THE U.S. NAVAL AIR FACILITY ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Far East, is soliciting bids for the renovation of the galley at the U.S. Naval Air Facility Atsugi in Japan. This project involves the repair or alteration of dining facilities, aligning with the NAICS code 236220 for Commercial and Institutional Building Construction. The renovation is crucial for maintaining operational readiness and providing quality dining services to personnel stationed at the facility. Interested contractors can reach out to Rie Hanazato at rie.hanazato.ln@us.navy.mil or call 0467-63-3487 for further details, and should note that an amendment dated April 7, 2025, has been issued to provide additional questions and answers regarding the solicitation.
Z--Z--YSK-4319 Asagao Heights Whole House Renovation, Commander Fleet Activities, Yokosuka, Japan
Buyer not available
Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the whole house renovation of Asagao Heights in Commander Fleet Activities, Yokosuka, Japan. The project includes the replacement of interior finishes, lighting, HVAC systems, bathrooms, and laundry rooms, as well as repairs to the kitchen and common spaces. There may also be options for exterior window repair and replacement of the elevator system. The estimated construction project cost is between $10,000,000 and $25,000,000 USD. The contractor must be authorized to operate in Japan and comply with all Japanese laws and regulations. The project must be completed within 660 calendar days after the award date. Interested offerors can find more information on the Federal Business Opportunities (FBO) website. Registration with the System for Award Management (SAM) is required to receive a government contract award. This notice is not a commitment by the government to award a contract. For more information, contact Ryouhei Shindo or Nicole Koyanagi.
Multiple Award Construction Contract (MACC) - Large Scale Military Projects
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFACSYSCOM), is soliciting proposals for a Multiple Award Construction Contract (MACC) focused on large-scale military projects primarily in Washington D.C., Maryland, and Virginia. This Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract will encompass general construction activities, including design-build and design-bid-build projects, with a total contract value not to exceed $8 billion over an eight-year period. The projects will support various military facilities and infrastructure, emphasizing the importance of compliance with federal guidelines and small business participation. Interested contractors must submit their proposals by April 29, 2025, and can direct inquiries to Molly Lawson at molly.lawson@navy.mil or Vivienne Moore at vivienne.e.moore.civ@us.navy.mil for further information.
Y--Design-Build (DB) and Design-Bid-Build (DBB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) for the North Florida/South Georgia Area of Responsibility
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, Naval Facilities Engineering Command Southeast (NAVFAC SE) for a Design-Build (DB) Indefinite-Delivery/Indefinite Quantity (IDIQ), Multiple Award Construction Contract (MACC) in the North Florida/South Georgia area. The contract is a total small business set-aside and will be awarded to approximately 5 contractors. The contract has a maximum value of $99,000,000 over the base year and four option periods. The work includes general construction projects such as aviation and aircraft facilities, marine facilities, barracks and personnel housing facilities, administrative facilities, warehouses and supply facilities, training facilities, personnel support and service facilities, security level facilities, and abatement and handling of hazardous/regulated materials. The source selection method is a best value continuum process in a negotiated two-phase acquisition utilizing the trade-off approach. The solicitation will be available for download from FedBizOpps website. Offerors must be registered with the System for Award Management (SAM) to be eligible for contract award.
SOURCES SOUGHT FOR IDIQ MACC FOR NEW CONSTRUCTION, REPAIR, AND RENOVATION OF VARIOUS WATERFRONT FACILITIES PROJECTS AT VARIOUS GOVERNMENT INSTALLATIONS LOCATED IN CA, AZ, NV, UT, CO, AND NM
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking qualified small businesses for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) focused on the new construction, repair, and renovation of waterfront facilities at various government installations primarily located in California, Arizona, Nevada, Utah, Colorado, and New Mexico. Interested contractors must demonstrate relevant experience in self-performing major construction work within the last seven years, particularly in projects involving piers, wharves, and bulkheads, utilizing design-build methodologies. The total estimated contract value is $750 million over a five-year period, with responses due by April 15, 2025. Interested parties should contact Shaun Schnurbusch at shaun.m.schnurbusch.civ@us.navy.mil for further information and to submit their qualifications.
Y--firm-fixed-price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC), MCB CamLej, MCAS Cherry Point and MCAS New River
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVFACSYSCOM MID-ATLANTIC for a Firm-Fixed-Price (FFP) Design-Build/Design-Bid-Build (DB/DBB) Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC). The contract aims to assist in the execution of the FY2019 through FY2021 Military Construction (MILCON) program and address the extensive damage caused by Hurricane Florence in September 2018. The contract will cover construction projects primarily in the Marine Corps Base Camp Lejeune, Marine Corps Air Station Cherry Point, and Marine Corps Air Station New River areas of responsibility. The projects will include new construction, demolition, repair, alteration, and renovation of various types of facilities such as administrative, industrial, maintenance, warehouses, communications, personnel support, recreation, lodging, medical, training, ranges, and roads. The contract will have a duration of one year with four one-year option periods and a total estimated construction cost not to exceed $975,000,000. The solicitation will be issued on or about May 13, 2019, and will be listed as N40085-19-R-9048 on the Navy Electronic Commerce Online website (NECO). Prospective offerors must be registered in the System for Award Management (SAM) to do business with the federal government. For more information, contact Holly Snow at holly.snow@navy.mil.
B89 REPAIR HVAC SYSTEM AT THE U.S. NAVAL AIR FACILITY (NAF), ATSUGI, JAPAN
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Systems Command Far East, is seeking contractors to repair the HVAC system at the U.S. Naval Air Facility in Atsugi, Japan. The project encompasses a comprehensive scope of work, including architectural, mechanical, and electrical repairs, as well as the abatement of lead-containing materials, with the goal of restoring and enhancing existing conditions. This contract is significant for maintaining operational efficiency and safety within the facility, with an estimated project value between 50,000,000 JPY and 100,000,000 JPY. Interested contractors must be licensed to operate in Japan and are encouraged to register in the System for Award Management (SAM) to participate, with the solicitation expected to be issued around April 28, 2025, and a bid opening tentatively scheduled for June 12, 2025. For further inquiries, contact Midori Otomo at midori.otomo.ln@us.navy.mil or by phone at 046-763-3144.