SOURCES SOUGHT
Y -- DESIGN-BUILD IMPROVE FAMILY HOUSING PROJECTS - YOKOTA AIR BASE
- Notice Date
- 11/16/2020 7:44:20 PM
- Notice Type
- Sources Sought
- NAICS
- 236118
— Residential Remodelers
- Contracting Office
- Japan APO AP 96338-5010
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-21-Z-0003
- Response Due
- 12/16/2020 5:00:00 PM
- Archive Date
- 01/01/2021
- Point of Contact
- Jennifer Knutson, Phone: 046-407-8839, Norman G. Mackie, Phone: 81464078724
- E-Mail Address
-
jennifer.h.knutson.civ@usace.army.mil, norman.g.mackie.civ@usace.army.mil
(jennifer.h.knutson.civ@usace.army.mil, norman.g.mackie.civ@usace.army.mil)
- Description
- Introduction:� The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for two upcoming Design-Build (DB) housing construction projects at Yokota Air Base, JAPAN.� This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey. This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice). We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought.� Market research and industry feedback is an essential part of the acquisition process.� The information requested in this announcement will be used within USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts.� https://www.sam.gov.� LOCAL SOURCES - CONTRACTOR APPLICATIONS Firms which have not submitted Contractor 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 Contractor Application.� Such firms shall be required to complete the aforementioned application and submit original 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.� Interested Joint Venture partners who have individually submitted a Contractor Application previously are not required to submit a single, JV Contractor Application. This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a �Local Source.� ------------------------------------------------------------------------------------------------------------------------------ PROJECT INFORMATION PROJECT 1 Project Title: �FY2022 ZNRE254300 Improve Family Housing, Yokota AB, Phase 8 (45 UN) Project Location:� Yokota AB, Japan Product Service Code (PSC):� Y1FA � Construction of Family Housing Facilities NAICS Code:� 236118 � Residential Remodelers Project Magnitude:� Between �2,500,000,000 and �10,000,000,000 ($25,000,000 and $100,000,000) (DFARS 236.204) Project Description:�� Design Build.� Provides whole house interior and exterior modernization, renovation and repair of 45 housing units at Yokota Air Base, including unit types: Senior Enlisted Quarters (SEQ) 4 units, Senior Non-Commissioned Officer (SNCO) Quarters � 3 bedroom - 24 units, SNCO Quarters � 4 bedroom - 16 units, and General Officer Quarters (GOQ)-1 unit. The work includes but is not limited to, providing all labor, materials, transportation, and performing all work necessary for the improvements of the family housing units to meet current codes and standards. Modernizing finishes in kitchen, bathrooms, living room, bedrooms and family rooms, replace windows and doors, lifecycle replacement of domestic water and sanitary plumbing, bring unit up to Life, Health, and Safety code by installing hard wired smoke alarms and fire sprinklers. Extent of new construction is limited to one (1) half bath at GOQ 693, one (1) front family room addition and one (1) rear storage addition for each unit at buildings 3285 & 3286 (8 total units), exterior fire riser rooms at each building, rear awnings replacement at buildings 3285 & 3286, and new construction of rear awnings at buildings 3288 & 3289. Lifecycle replacement of mechanical systems in one supporting mechanical building, to provide energy efficient heating and cooling (see attached facility list). Infrastructure repair/replacement work includes utilities, site electrical, site mechanical, landscape and pavement. Perform remediation testing and abatement of asbestos and lead plus necessary electrical upgrades to meet code to provide safe and adequate housing. Include demolition, disposal, hazardous material abatement and other site work necessary to provide a complete and usable facility. The overall facility improvement shall be permanent and designed to meet the current Family Housing Standard and shall be in accordance with UFC 4-711-01 Family Housing, UFC 3-600-01 �Fire Protection Requirement� and other latest applicable DoD Unified Facilities Criteria. In addition; environmental (asbestos/lead) sampling, testing, remediation and all other related work are programmed into the project to provide complete and usable facilities. Estimated Period of Performance: 31~34 months (Design � 10-13 months / Construction � 21 months) PROJECT 2 Project Title: �FY2022 ZNRE204309 Improve Family Housing, Yokota AB, Phase 9 (90 UN) Project Location:� Yokota AB, Japan Product Service Code (PSC):� Y1FA � Construction of Family Housing Facilities NAICS Code:� 236118 � Residential Remodelers Project Magnitude:� Between �2,500,000,000 and �10,000,000,000 ($25,000,000 and $100,000,000) (DFARS 236.204) Project Description:�� Design Build.� Provides whole house interior and exterior modernization, renovation and repair of ninety (90) 3-Bedroom - Field Grade Officer housing units at Yokota Air Base.� The work includes but is not limited to, providing all labor, materials, transportation, and performing all work necessary for the improvements of the family housing units to meet current codes and standards. Modernizing finishes in kitchen, bathrooms, living room, bedrooms and family rooms, replace windows and doors, lifecycle replacement of domestic water and sanitary plumbing, bring unit up to Life, Health, and Safety code by installing hard wired smoke alarms and fire sprinklers. Extent of new construction is one (1) front family room addition and one (1) rear storage addition for each unit at all buildings, exterior fire riser rooms at each building, and new construction of rear awnings. �Lifecycle replacement of mechanical systems in six supporting mechanical buildings, to provide energy efficient heating and cooling. Infrastructure repair/replacement work includes utilities, site electrical, site mechanical, landscape and pavement. Existing central steam source for domestic hot water will be replaced with new natural gas lines connected into existing gas main utility infrastructure. Perform remediation testing and abatement of asbestos and lead plus necessary electrical upgrades to meet code to provide safe and adequate housing. Include demolition, disposal, hazardous material abatement and other site work necessary to provide a complete and usable facility. The overall facility improvement shall be permanent and designed to meet the current Family Housing Standard and shall be in accordance with UFC 4-711-01 Family Housing, UFC 3-600-01 �Fire Protection Requirement� and other latest applicable DoD Unified Facilities Criteria. In addition; environmental (asbestos/lead) sampling, testing, remediation and all other related work are programmed into the project to provide complete and usable facilities. Estimated Period of Performance: 36 months (Design - 6 months / Construction � 30 months) ------------------------------------------------------------------------------------------------------------------------------ Proposed Procurement Method:� The Government anticipates the issuance of a Two-Phase Design-Build Request for Proposal (RFP) solicitation in accordance with FAR Subpart 36.3 and FAR Part 15.� Results of this market research will assist the Government in acquisition planning.� This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This contract will be performed in its entirety in the country of Japan, and any solicitation posted will be intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan.� See local source information within this notice. NOTE: The DRAFT Specifications included in this Notice are provided for INFORMATIONAL PURPOSES ONLY.� Interested firms are cautioned that ALL attachments to this notice are provided in DRAFT FORMAT and subject to change. ------------------------------------------------------------------------------------------------------------------------------ REQUESTED INFORMATION Interested firms are requested to submit the following information via e-mail to Ms. Jennifer Knutson, Contract Specialist at Jennifer.H.Knutson.civ@usace.army.mil and Mr. Norman Mackie, Contracting Officer at Norman.G.Mackie.civ@usace.army.mil no�later than 10:00 AM, 17 December 2020, Japan Standard Time (JST): 1. Name of your company, address, phone number, email address, point of contact (POC) name, DUNS Number, and CAGE Code. 2. Describe your firm's capability and experience relative to the work described in each of the Project Descriptions.� 3. Please provide the following information on comparable Design-Build projects (for government or commercial customers) completed in the past ten (10) years. Project Title and Location Customer/Agency Project Value and Brief Description ate Completed or Percent Complete Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) 4. Describe your firm's level of interest relative to all aspects of the work for each project.� Please also indicate if you are interested as a Prime or Subcontractor.� 5. Does your firm have in-house personnel/engineers to perform D-B contract or do you subcontract to separate design firms? 6. If you subcontract to a separate design firm, is it common industry practice to subcontract to one design firm or multiple design firms for a single project? 7.� Do you have any specific concerns regarding Design-Build projects that may affect your interest/participation?� 8. Do you have concerns regarding the estimated period of performance for each project? 9. Do you have concerns regarding the DRAFT specifications for each project? 10. Identify your current construction bonding levels (single and aggregate). 11. The Government anticipates the following schedule.� PAIP 8 - Phase 1 - FY21 Qtr 3 (Apr-Jun 2021) / Phase 2 - FY21 Qtr 4 (Jul-Sep 2021) / Award - FY22 � Qtr 3 (Apr-Jun 2022) PAIP 9 - Phase 1 - FY21 Qtr 3 (Apr-Jun 2021) / Phase 2 - FY22 Qtr 1 (Oct-Dec 2021) / Award - FY22 � Qtr 4 (Oct-Dec 2022) Do you have concerns with this timeline? Are you aware of or interested in other projects planned within this timeframe that may affect your interest in this project? 12. Are there any other comments or suggestions that may increase your interest or participation?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9f4cf3971cf24093a364c01858fc9a86/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN05854114-F 20201118/201116230141 (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 |