Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2013 FBO #4193
SOLICITATION NOTICE

Y -- FY13 DODEA MILCON PN PA00033, Replace Bob Hope/Amelia Earhart Elementary School, Kadena Air Force Base, Okinawa, Japan

Notice Date
5/16/2013
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE District, Japan, Attn: CECT-POJ Unit 45010, APO, AP 96338-5010
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-13-B-0004
 
Response Due
8/2/2013
 
Archive Date
7/15/2013
 
Point of Contact
Takashi Horiuchi, 046-252-0994
 
E-Mail Address
USACE District, Japan
(Takashi.Horiuchi@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specific in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contract. In addition, prior to award of the contract, offeror must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation. PROJECT INFORMATION: Construct a new, two story Elementary School (ES) composed of reinforced concrete and steel with a pile foundation system. The interior construction will primarily consist of partition and/or reinforced concrete walls with resilient flooring. The project includes site improvements such as asphaltic concrete paving, sidewalks, covered walkway, curbs, gutters, storm drainage, parking, parent drop off and pick-up area, bus drop off and pick-up area, loading/unloading area, playground, play courts, play lots, signage, fencing, landscaping, fire lane/service road, and site/security lighting. The new school will include spaces as defined by the educational specifications such as but not limited to neighborhoods containing learning studios, learning hubs, group learning/virtual learning, one-to-one teaching spaces, staff planning/collaboration areas and instructional storage; Administration areas, miscellaneous offices, Guidance counseling center, Special education offices, Professional development center, Health services, Flexible labs, Art and Music rooms, OT/PT area, Commons, Information center, Theater/auditorium, Gym, Food service/kitchen, Recycling center, Janitorial administration, maintenance support, School supply/storage, Technology service center, and other required areas for a fully functioning ES. Cafeteria, food service and information center areas were sized for the future ES School population. AT/FP features include: windows and frame, exterior doors, air intakes, structural isolation, roof access, emergency air distribution shutoff, and Mass Notification System. Site AT/FP features include drop arm gate and retractable bollards with concrete foundations. 25 m (82 ft) standoff to parking and roadways will be required for all buildings, which fall under the Primary Gathering Facility classification. The project includes related infrastructure utilities including water, sewer, communication, cable television, and electrical, to support the facilities. Heating, Ventilation and Air Conditioning (HVAC), fire sprinkler and fire alarm/mass notification systems, plumbing systems, electrical and lighting systems, closed circuit TV system, cable TV system, intercom/public address system, clock-bell system, telephone system, and a local area network system will be part of the project. The school will incorporate advanced communication systems to support technology program requirements, as well as general communications. The new telecommunication and cable television infrastructure shall be provided. New fiber optic cables must be provided from Building 400 to the project site utilizing the existing telecommunication infrastructure. Existing copper communication cables for the housing area shall be disconnected and removed. New electrical service shall be provided. The existing electrical service shall be demolished upon completion of the new building. Existing roadway with curb and gutter are to be demolished as part of this project along with other miscellaneous site elements to clear site for the new school facilities. Sustainable principles will be maximized in the design, development and construction of the project in accordance with Executive Order 13123 and other applicable laws and executive orders. Energy conservation and environmentally safe measures will be incorporated in this project wherever feasible, practical or required by regulation. Energy and natural resource conservation measures will be maximized in the design to the extent possible. In accordance with Leadership in Energy and Environmental Design (LEED) for Schools, Silver certifiable will be the minimum goal of the project. The solicitation is tentatively planned for issuance on or about June 4, 2013. The magnitude of this project is between 2,500,000,000 Japanese Yen and 10,000,000,000 Japanese Yen. SOLICITATION INFORMATION: 1. Traditional hard copies of plans and specifications will not be available for this project. Solicitation documents, including amendments, will be posted in Federal Business Opportunities (FedBizOpps) webpage for interested parties to download. It is the responsibility of interested parties to check FedBizOpps as to whether the solicitation and/or amendment(s) have been issued. 2. Companies that have not submitted Bidders Mailing List Application to this office on or after April 2005 are requested to go to the U.S. Army Corps of Engineers, Japan Engineer District, Contracting Division website (http://www.poj.usace.army.mil/business_opportunities/procedures.html) to download the Bidders Mailing List Application. Such companies shall be required to complete Bidders Mailing List Application and submit documents that show they are registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits required to perform the work required under this solicitation prior to or at the time of bid/proposal submittal. 3. Government point of contact is Norman Roldan, E-MAIL: norman.roldan@usace.army.mil, TEL: 098-970-9267.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-B-0004/listing.html)
 
Place of Performance
Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
Zip Code: 96338-5010
 
Record
SN03063684-W 20130518/130516234605-7c4049d5f806c2c0d7c08b7b8c759a35 (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.