SOLICITATION NOTICE
Y -- P1005 VTOL Pad South, MCAS Iwakuni
- Notice Date
- 3/3/2020 8:52:57 PM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-20-B-0004
- Response Due
- 4/4/2020 1:00:00 PM
- Archive Date
- 05/30/2020
- Point of Contact
- Ryan Marzetta, Phone: 046-407-8725 / 315-263-8725, Tristin N. Suetsugu, Phone: 046-407-3398 / 315-263-3398
- E-Mail Address
-
ryan.j.marzetta.civ@usace.army.mil, Tristin.N.Suetsugu.civ@usace.army.mil
(ryan.j.marzetta.civ@usace.army.mil, Tristin.N.Suetsugu.civ@usace.army.mil)
- Description
- PRE-SOLICITATION NOTICE: The U.S. Army Corps of Engineers, Japan Engineering District (JED) is providing a PRE-SOLICATION notice for a forthcoming Design-Bid-Build (DBB) requirement entitled, �FY20 P1005 VTOL Pad South, Marine Corps Air Station (MCAS) Iwakuni, Japan.� The subject requirement will only be solicited to LOCAL SOURCES IN JAPAN through the utilization of full and open competition procedures.� Local sources are those organizations which are physically located and licensed to conduct business in Japan. PROJECT INFORMATION Project Title: FY20 P1005 VTOL Pad South Project Location: MCAS Iwakuni, Japan North American Industry Classification System (NAICS) Code: 237310, Airport Runway Construction Project Magnitude: Between �1,000,000,000 and �2,500,000,000 Japanese YEN Project Description: The project scope requires construction of a high-temperature concrete, VTOL Pad for the F-35B aircraft. The project is located at MCAS Iwakuni, east of Taxiway A and Runway 2-20, near an existing helicopter landing pad. Pavements in the project include Continuously Reinforced High-Temperature Concrete (CRHTC), Portland Cement Concrete (PCC), and enlarged hot-mix asphalt (HMA) shoulders. Additional work includes new airfield lighting, grading, perimeter roadway modification, and existing utility relocations. The Demolition scope includes the existing helicopter landing pad in the project area, existing drainage infrastructure, and minor utilities. Pavements in the project include CRHTC and PCC with enlarged HMA shoulders along the lead-in approach path and lead out take-off path for reduction of potential foreign object debris hazards. Grading work associated with the new pavement, existing drainage improvements, and the perimeter road way is also required. Demolition scope includes airfield pavement of the existing Taxiway A shoulder where the VTOL Pad access taxiway connects to Taxiway A. Additional shoulder removals along Taxiway A are required for installation of lights. The existing helicopter landing pad in the project vicinity as well as existing lighting will be demolished. Non-airfield pavement demolition includes removing, lowering, and replacing part of the perimeter roadway to maintain a slope away from the seawall, relocate utilities from current location underneath VTOL Pad to be underneath the perimeter road, and create a shoulder joint where the roadway abuts the VTOL Pad concrete. Additional demolition includes removing a newly constructed concrete inlet structure and reconstructing a similar structure just north of the South VTOL pad and connecting a storm drain underneath the VTOL pad in place of the inlet structure. The Government anticipates the Period of Performance will be 500 calendar days. SOLICIATION INFORMATION: The proposed project will be procured using a Firm Fixed Price (FFP) contract. The Government anticipates the release of an Invitation for Bid (IFB) for this project The solicitation will be posted on or about mid-April 2020. �Search for W912HV% on Beta.SAM.gov for solicitations issued by the Japan Engineer District (POJ). �No hard copies of this solicitation will be made available. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. No comments are accepted at this time, but will be welcomed when the solicitation is formally issued through the Request for Information (RFI) process. It is incumbent upon vendors to monitor Beta.SAM for the release of the solicitation, specifications, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Faxed or electronic bids will not be accepted.� All proposals must be hand carried or delivered by mail to the USACE Japan District Office: U.S. Army Corps of Engineers, Japan District Contracting Division Room 147, Building 250, Camp Zama Zama-shi, Kanagawa-ken 252-8511 Japan Firms 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: https://www.poj.usace.army.mil/Business-With-Us/ to download the Bidders Mailing List Application.� Such firms 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 proposal submission. 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 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 resultant contract. �Additionally, prior to award of the contract, offerors 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. NOTE: This is a PRE-SOLICITATION notice for a forthcoming construction project and is NOT a solicitation.� Pursuant to FAR 36.213-2, this notice has been issued to stimulate interest in bidding for this project. Contracting Office Address: Attn: CECT-POJ������������������������������������������� Unit 45010 APO, AP 96338-5010 United States Or U.S. Army Corps of Engineers, Japan District Contracting Division Room 147, Building 250, Camp Zama Zama-shi, Kanagawa-ken 252-8511 Japan Primary Point of Contact: Mr. Ryan Marzetta Contract Specialist Ryan.J.Marzetta.civ@usace.army.mil Phone: 046-407-8725 Secondary Point of Contact: Ms. Tristin Suetsugu Contracting Officer Tristin.N.Suetsugu.civ@usace.army.mil Phone: 046-407-3398
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e73fd20e526d4405a05b9a6da02bd6ce/view)
- Place of Performance
- Address: Marine Corps Air Station Iwakuni, JPN
- Country: JPN
- Country: JPN
- Record
- SN05578316-F 20200305/200304221137 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |