SOURCES SOUGHT
Y -- FY18 DLA DESC1803 Construct Bulk Storage Tanks Phase 1, Marine Corps Air Station (MCAS) Iwakuni, Japan
- Notice Date
- 8/24/2023 4:13:18 PM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-23-Z-0026
- Response Due
- 9/8/2023 1:00:00 AM
- Archive Date
- 09/23/2023
- Point of Contact
- Ryan Marzetta, Phone: 3152638725, Jennifer Knutson, Phone: 3152638839
- E-Mail Address
-
ryan.j.marzetta.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil
(ryan.j.marzetta.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil)
- Description
- W912HV-23-Z-0026 Sources Sought Market Survey FY18 DLA DESC1803 Construct Bulk Storage Tanks Phase 1, Marine Corps Air Station (MCAS) Iwakuni, Japan� NOTICE: Previous Market Research for this project was conducted under W912HV-22-Z-0019, DESC 1803 and DESC1903, in July 2022. �If you responded to that notice and your company is still interested, you do not have to resubmit all requested information. �You may send an email with your Company Name and that your company previously responded to W912HV-22-Z-0019, are still interested in this project, and that your previously submitted information is current or you may provide any new company information/comments/concerns that you may have related to this updated notice. Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project for �FY18 DLA DESC1803 Construct Bulk Storage Tanks Phase 1, MCAS Iwakuni, 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 notice. �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 Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: �https://www.poj.usace.army.mil/Business-With-Us/ for general information. 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 offeror 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. �Offerors are required to 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 an offer 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. PROJECT INFORMATION:� Project Title: FY18 DLA DESC1803 Construct Bulk Storage Tanks Phase 1, MCAS Iwakuni, Japan Project Location: MCAS Iwakuni Project NAICS Code: 237120 � Oil and Gas Pipeline and Related Structures Construction Project PSC Code: Y1NA � Construction of Fuel Supply Facilities Project Magnitude: Between �2,500,000,000 and �10,000,000,000 (Japanese YEN) Anticipated Construction Performance Period: 608 Calendar Days Project Description: �� Design-Bid-Build. �Construct new aboveground jet fuel storage tank with sufficient containment. Provide new transfer piping, valves, manifolds, and related appurtenances from the new tanks to the existing pump house. Demolish three existing 10,000- barrel aboveground tanks, secondary containment and associated piping and apparatuses. Provide all supporting civil, mechanical, and electrical utilities to include but not limited to, automatic tank gauging, electrical service, lighting, communications, cathodic protection, fire protection, drainage, access roads, sidewalks, gates, and landscaping. In addition, incorporate deep soil mixing or provide pile type foundations to improve soil bearing capacity. Draft specifications and drawings are being provided for INFORMATIONAL PURPOSES ONLY and may change upon formal issuance of solicitation. � The following is provided for information only and may change if/when a solicitation is formally issued: This project is a redesign of the previous DESC1803 Construct Bulk Storage Tanks Phase 1 (2022). The redesigned facility will be fully UFC/Code compliant and will not require any exemptions and/or waivers. The basic requirements of this project are as follows. � Demolition of three (3) JP-5 bulk storage tanks. (no change) � Construction of one (1) JP-5 bulk storage tank. Tank capacity to be the maximum fuel storage which meets all applicable code requirements. (revised from construction of 3 new to construction of 1 new) � Deep Soil Mixing (DSM) columns foundation design. (configuration/layout changes) � Diked containment design. (configuration/layout changes) � New fuel issue, receipt, and header piping. (configuration/layout changes) � Tank monitoring equipment. (reduced from equipment for 3 tanks to equipment for 1 tank) � Utilities/controls/site design. (configuration/layout changes) � UFC compliant Emergency Fuel Shut Off (EFSO) system. (System configuration/functionality changes) � Installation Qualified Recycling Program. (scrap metal for tanks, pipes, goes to installation recycling yard) Procurement Method: �� POJ intends to issue an Invitation for Bid (IFB) Solicitation (previously anticipated to be Request for Proposal). � POJ anticipates a solicitation will be issued approximately March 2024 and award no later than September 2024. � However, this does not constitute a commitment by the Government. Any solicitations pursued will be intended for local sources only. �Local sources are those sources physically located and authorized to perform construction work in Japan.� REQUESTED INFORMATION� Interested sources are requested to provide the following information via email to Ryan.J.Marzetta.civ@usace.army.mil and Jennifer.H.Knutson.civ@usace.army.mil no later than 22 August 2023, Japan Standard Time.� NOTICE: Previous Market Research for this project was conducted under W912HV-22-Z-0019, DESC 1803 and DESC1903, in July 2022. �If you responded to that notice and your company is still interested, you do not have to resubmit all requested information. �You may send an email with your Company Name and that your company previously responded to W912HV-22-Z-0019, are still interested in this project, and that your previously submitted information is current or you may provide any new company information/comments/concerns that you may have related to this updated notice. 1.�� �Company Name, Address, Unique Entity ID Number, and CAGE code 2.�� �Point of Contact (POC) Name and Email Address 3.�� �Is your firm interested in this project? �Your role (Prime, subcontractor, or Joint Venture) 4.�� �If you are NOT interested, please provide a brief statement on the reasons why your firm is not interested. 5.�� �Identify your current construction bonding capability Single Contract Amount and Aggregate Maximum Contract Amount, and name of Sureties. 6.�� �Experience/Capabilities: �Describe your firm�s capability and experience relative to the work described. �Please provide at least one (1) comparable project your company has completed to the project(s) you are interested in (for government or commercial customers) completed in the past six (6) years. � Your role (Prime, subcontractor or Joint Venture) 7.�� �Request any comments/concerns related to the draft plans and specifications (i.e. long lead items, specialty equipment, Japan Industrial Standards/Japan Edited Specifications, anticipated period of performance) of this project that may affect or increase your interest. 8.�� �The project requires commissioning of a fuel system using fuel provided by the Government. �Are there any concerns or risks that you would like to bring to our attention that impact your ability to bid the project? � 9.�� �The current anticipated construction performance period is 608 days. Are there any concerns with this period of performance? If so, please explain some of your concerns. 10.�� �Are there any issues with finding off-base disposal facilities that will accept soil classified as hydrocarbon-impacted? 11.�� �There may be a requirement to remove and dispose of Aqueous-Film-Forming-Foam (AFFF) concentrate from existing piping to be demolished. �Do you expect any difficulty finding facilities that are licensed/certified to properly treat and dispose of this material? 12.�� �Space at MCAS Iwakuni is very limited. The US Government will provide area near the project site for fabrication, laydown, storage, and project administration. Do you have any difficulties using the work area itself (i.e., the location of the proposed soil cement columns and concrete containment areas) for temporary stockpile of soil and other materials? 13.�� �Projections:� a. Based on the upcoming military construction projects and other known Government agency military construction projects that your company may be interested in, what factors would you consider in participating in the solicitation (example � location of project, size of project, timing of project, acquisition strategy)? � b. Do you see any challenges or concerns with the upcoming projections?� 14.�� �Any other questions or concerns.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af1e3668c0984d9a840872fea8147f05/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN06806651-F 20230826/230824230102 (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 |