SOLICITATION NOTICE
Y -- FY13 DODEA MILCON PN PA00025, Replace Stearley Heights Elementary School, Kadena Air Force Base, Okinawa, Japan
- Notice Date
- 6/7/2013
- 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-0005
- Response Due
- 8/15/2013
- Archive Date
- 8/6/2013
- 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: This project is to 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, and 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 existing telecommunication and cable television infrastrucure shall be demolished upon completion of the new building. New electrical shall be provided. Existing buildings on the campus and associated structures including chiller yard, aboveground water storage tank, transformer station are to be demolished as part of this project along with the basketball courts, a playground and other miscellaneous site elements to clear site for the new school facilities. Construction phasing will be required for this project to keep the existing school operational until the new school buildings are constructed. 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. Silver certifiable will be the minimum goal of the project. Facilities will be designed in accordance with DoDEA 21st Century Education Facilities Specifications, Americans with Disabilities Act (ADA) Accessibility Guidelines/Architectural Barriers Act (ABA), National Fire Protection Association (NFPA) Life Safety Code, Standards of Seismic Safety for Federally Owned Buildings, energy and water conservation standards. Energy conservation standards will be required to follow both U.S Federal and Japanese Environmental Laws and Regulations. The Japan environmental governing standards will be followed during the site removal and restorations. The project shall include environmental mitigation for removal of previously identified asbestos and/or lead-based paint containing materials located in the existing elementary school prior to demolition. Also, radon mitigation system will be required to be constructed as part of the building. The solicitation is tentatively planned for issuance on or about June 20, 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. Government Point of Contact (POC) is Norman Roldan, TEL: 098-970-9267, E-MAIL: norman.roldan@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-13-B-0005/listing.html)
- Place of Performance
- Address: USACE District, Japan Attn: CECT-POJ Unit 45010, APO AP
- Zip Code: 96338-5010
- Zip Code: 96338-5010
- Record
- SN03084219-W 20130609/130608000650-16a0f487e0888a5ecfd5058887425e8b (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 |