Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2022 SAM #7469
SOLICITATION NOTICE

Y -- Construct District Superintendent�s Office facility

Notice Date
5/11/2022 1:12:01 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-22-B-0011
 
Response Due
5/31/2022 7:59:00 AM
 
Point of Contact
Charles Qi, Phone: 0464074823, Jennifer H. Knutson, Phone: 0464078839
 
E-Mail Address
charles.l.qi.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil
(charles.l.qi.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil)
 
Description
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 Invitation for Bid (IFB).� This is not a solicitation. PROJECT INFORMATION Project Title:� Replace Pacific East District Superintendent Office (DSO) Project Location: Yokota AB, Japan Project FSC: Y1AA � Construction of Office Buildings Project NAICS: 236220 � Commercial and Institutional Building Construction Project Magnitude: Between �1,000,000,000 and �2,500,000,000 (Japanese YEN) Project Description: Construct a DSO facility which will consist of a two-story 1,923-square-meter administrative building with functional areas containing staff private offices, staff open offices, conference rooms, storage, secure room, large training with a partition to divide into two spaces, logistics storage, production suite, information technology workbench, staff lounge, and other required areas for a fully functional administrative office. New construction work for the two-story building as a permanent building will consist of reinforced concrete foundation and steel moment frame structure with autoclaved lightweight aerated concrete exterior panel. Non-load bearing interior walls will consist of light-gauge steel construction. The project includes related infrastructure such as water, sewer, electric, and telecommunications comprising telephone, local area network, and provisions for interior wireless access, connection to high temperature hot water provided by the central plant on base, fire protection and alarm systems. Site work includes site preparation such as soil stabilization under shallow footings and site improvements such as signage, fencing, paving, sidewalks, landscaping, canopies, exterior lighting, storm water management, resurfacing and restriping of existing parking areas, trash dumpster enclosure, and external AT/FP. Demolition includes approximately 5,000 SF of existing facilities. Hazardous material mitigation will be required for the buildings to be demolished. Asbestos containing materials and lead based paint are present in the existing facilities. U.S. Federal and Japanese Environmental Laws and Regulations shall be followed. Facilities will be designed to provide cyber security engineering and validation as specified in DoD Unified Facilities Criteria. The government anticipates the Period of Performance will be approximately 730 calendar days. SOLICITATION INFORMATION: Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation.� The Government anticipates issuing the solicitation no later than early June 2022.� The solicitation when issued, will identify the site visit date, RFI and bid submission due date.� All final ready to advertise solicitation documents, specifications and drawings will be posted on the Procurement Integrated Enterprise Environment (PIEE) at piee.eb.mil when issued.� It is the responsibility of interested vendors to monitor PIEE for issuance of the solicitation and/or amendments.� The Government intends to award a firm-fixed-price construction contract as a result of this IFB. 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 found at http://www.sam.gov.� For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. BIDDER ELIGIBILITY. This contract will be performed in its entirety in the country of Japan and is intended only for local sources.� 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 bidder must be duly authorized to operate and conduct business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts.�� Bidders 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 at the time a bid is submitted.� Construction license will be verified through the Government of Japan � Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran.mlit.go.jp/TAKKEN.� The U.S. Government will not offer �United States Official Contractor� status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as �Members of the Civilian Component� under Article I(b) of the SOFA.� U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan Contracting Office Address: USACE District, Japan Attn: CECT-POJ Unit 45010 APO, AP 96343-5010 Primary: Charles Qi Contract Specialist 046-263-4823 Charles.Qi.civ@usace.army.mil Alternate: Jennifer H. Knutson Contracting Officer 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35195ef389cf45d78a0c98f5d002ca36/view)
 
Place of Performance
Address: Yokota Air Base, JPN
Country: JPN
 
Record
SN06324055-F 20220513/220511230101 (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 |
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.