Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2018 FBO #6073
MODIFICATION

Y -- SOF Maintenance Hangar/SOF Composite Maintenance Facility - Amendment 1

Notice Date
7/8/2018
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-18-R-0004
 
Response Due
10/1/2018 1:00:00 AM
 
Point of Contact
Jennifer H. Knutson, Phone: 046-407-8839, Tristin N. Suetsugu, Phone: 046-407-3398
 
E-Mail Address
jennifer.h.knutson.civ@usace.army.mil, tristin.n.suetsugu.civ@usace.army.mil
(jennifer.h.knutson.civ@usace.army.mil, tristin.n.suetsugu.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Am 0001 - W912HV18R0004 AM-0001 -- Due to typhoon, the site visit has been changed from July 11, 2018 to July 13, 2018 at Building 250, Kadena AB. ********************************************************************* The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Request for Proposal (RFP) for project titled: SOF Maintenance Hangar/SOF Composite Maintenance Facility, Kadena AB, Okinawa, Japan. This is not a solicitation. PROJECT INFORMATION Project Title: SOF Maintenance Hangar/SOF Composite Maintenance Facility Project Location: Kadena AB, Okinawa, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥2,500,000,000 and ¥5,000,000,000 Japanese YEN Project Description: SOF Maintenance Hangar. This project (SOF Maintenance Hangar) is a Military Construction Project. Adequate facilities, properly sized and configured for a two-bay aircraft hangar and aircraft maintenance unit (AMU) with space required to support MC-130J aircraft and supporting facilities. Project will consist of the construction of a two-bay aircraft hangar with concrete foundation and floor slab, steel high bay, standing seam metal roof, cranes, motorized hangar doors and tracks, fire alarm and suppression system to include pump house, water storage tanks and all necessary support. Aircraft maintenance unit (AMU) requires administrative areas, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, and locker areas with shower, break area, etc. Project includes utilities, pavements, site improvements, communications and all other necessary support. New access roadway and parking area includes associated primary utilities/communications and realignment of existing as required. Pavements also include airfield pavements to provide aircraft access to the hangar. Special site conditions exist which will require additional fill and stabilization of the site and possible mitigation for cultural resources. All work carried out is to comply with current Base, Air Force, and Host Nation standards. SOF Composite Maintenance Facility. This project (SOF Composite Maintenance Facility) is an Unspecified Minor Military Construction Project. Provide an adequately sized and configured facility to maintain and repair aircraft parts made of composite materials. Project consists of a concrete foundation, concrete slab on grade, reinforced walls and partitions, and a low-slope reinforced concrete slab roof. The facility includes a preparation area, dirty room, mixing room, unisex latrine, clean room, entry, storage, layup/cure room, and mechanical room. The facility should be compatible with U.S. Department of Defense (DoD) and other applicable design standards. Draft specifications and drawings are available upon email request to Jennifer.H.Knutson.civ@usace.army.mil. The drafts files will be provided for planning and informational purposes only and could potentially change upon official issuance of the solicitation. SOLICITATION INFORMATION: 1. Procurement Method: The Government will issue a Request for Proposal (RFP) solicitation. 2. The Governments anticipates issuing the solicitation in June 2018. All solicitation documents and attachments will be posted on Federal Business Opportunities (FedBizOpps). It is the responsibility of interested vendors to check FedBizOpps for issuance of the solicitation and/or amendments. 3. The Government intends to award a firm-fixed-price construction contract as a result of this RFP. 4. All interested companies shall be actively registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be at http://www.sam.gov. 5. 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 specified in this solicitation. Specifically, a company 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 resultant contract. 6. Additionally, prior to award of the contract, interested vendors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation. 7. Interested vendors which have not submitted Bidders Mailing List Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx to download the Bidders Mailing List Application. Such vendors shall be required to complete the aforementioned application and submit documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted prior to or at the time of bid submission. Additional Information: Contracting Officers: Ms. Tristin Suetsugu Tel: 046-407-8839 Email: Tristin.N.Suetsugu.civ@usace.army.mil Mr. Norman Mackie Tel: 046-407-8724 Email: Tristin.N.Suetsugu.civ@usace.army.mil Contract Specialist: Ms. Jennifer Knutson Tel: 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil Contracting Office Addresses: U.S. Army Corps of Engineers, Japan District Unit 45010 APO, AP 96343-5010 USACE-Japan District - Contracting Division Room 147, Bldg. 250 Camp Zama Zama City, Kanagawa Japan 252-8511 Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2018-06-18 03:22:00">Jun 18, 2018 3:22 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2018-07-08 21:23:20">Jul 08, 2018 9:23 pm Track Changes UPDATE: Issuance of Solicitation An organized site visit has been scheduled for -- 1. Date and Time: July 13, 2018 Pre-proposal Conference: 09:00am, Japan Standard Time (JST) Site Visit: 10:00am, JST 2. Location of Meeting : Bldg. 250, Kadena Air Base NOTE: Those that require base access shall meet the Government POC (Mr. Geoff Ries, Tel# 080-1017-7591) at 08:00am at the Kadena AB Gate 1 Pass and ID Office. 3. Offerors interested in attending the pre-proposal conference and site visit shall email the below individuals with their name and company by June 25, 2018 at 12:00pm, JST. Government POC: Mr. Geoff Ries Email: Geoffrey.D.Ries.civ@usace.army.mil Contract Specialist: Ms. Jennifer Knutson Email: Jennifer.H.Knutson.civ@usace.army.mil 4. Base Access Requirements: a. Kadena Air Base access is required. b. If the prospective offeror requires a day base access pass (personnel and/or vehicle), the offeror shall provide a roster of attendees to the aforementioned POCs, no later than the date specified above. Roster shall contain the Company Name, Individuals(s) Name and a copy (front and back) of the individual's photo identification (ID). On the day of the site visit, pre-approved personnel shall require a Photo ID to enter the base. c. For vehicle base access, provide a copy of the vehicle registration and proof of insurance (JCI) by the date specified above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-18-R-0004/listing.html)
 
Place of Performance
Address: Kadena AB, Okinawa, Japan, Kadena AB, Japan
 
Record
SN04982462-W 20180710/180708230032-26f6047c652a3acd246b50b27ddc1c23 (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.