Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2024 SAM #8178
SOLICITATION NOTICE

Y -- AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility, Kadena Air Base, Okinawa, Japan

Notice Date
4/16/2024 4:41:53 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-24-B-0004
 
Response Due
5/1/2024 5:00:00 PM
 
Archive Date
05/17/2024
 
Point of Contact
Valeria Fisher, Phone: 0989709068, Jack Letscher, Phone: 0989704402
 
E-Mail Address
valeria.fisher@usace.army.mil, jack.t.letscher@usace.army.mil
(valeria.fisher@usace.army.mil, jack.t.letscher@usace.army.mil)
 
Description
Synopsis / Pre-Solicitation Notice W912HV-24-B-0004 AFSOC103021 SOF Maintenance Hangar and�LXEZ153953 SOF Composite Maintenance Facility Kadena Air Base, Okinawa, Japan Introduction:� The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Invitation for Bids. This notice is not a solicitation. PROJECT INFORMATION: Project Title: �AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility Project Location: Kadena Air Base, Okinawa, Japan Product Service Code (PSC):� Y1BZ � Construction of Other Airfield Structures NAICS Code:� 236220 � Commercial and Institutional Building Construction Project Magnitude:� Between $25,000,000 and $100,000,000 (between �3,479,087,500.00 and �13,916,350,000.00) (DFARS 236.204) Estimated Period of Performance: ��678 days *If the Option CLIN 0003 is exercised, PoP is to be extended by 118 days from 678 days to 796 days for all CLINs. Projected Solicitation Issue: May of 2024 (Site visit approximately three weeks after issue.) Projected Bid Opening: August of 2024 Project Description:�� This project is for new construction of Special Operations Forces (SOF) one-bay aircraft maintenance hangar and supporting facilities with an option of constructing a composite maintenance facility. Facilities will come with concrete foundation and floor slab, steel high bay and steel structure, standing seam metal roof and masonry walls, cranes, motorized hangar doors and tracks, fire alarm and suppression, appropriate electrical/mechanical tie-ins for shop equipment, and all necessary support. Contract Line-Item Numbers (CLINs) CLIN 0001������ Construction of Supporting Facilities, 1.5 meters outside of Building and Fire Pump House Work includes, but is not limited to, construction of supporting facilities including special construction features, electrical utilities, communication utilities, water/sewer/utilities, site preparation, roads, sidewalks and parking, site improvements, low impact development, and fire pump house. CLIN 0002������ Construction of New SOF Maintenance Hangar Work includes, but is not limited to, construction of concrete foundation and floor slab, steel high bay structure, standing seam metal roof, motorized hangar doors and tracks, bridge crane, fire alarm and suppression system, HVAC, plumbing, electrical power and lighting, communication, other utilities, pavements, and site improvements. OPTION CLIN 0003�� � � �Construction of New SOF Composite Maintenance Facility (Option 1) Work includes, but is not limited to, construction of concrete slab on grade, single story reinforced walls and partitions, a low slope reinforced concrete slab roof, overhead doors, overhead crane, HVAC, plumbing, electrical power and lighting, communication, other utilities, parking, and approach aprons. SOLICITATION INFORMATION: 1. The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation.� 2. The solicitation when issued will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites 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 IFB. 4. All interested companies shall be actively registered in the 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. 5. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE.� It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time.� The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/.� Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ .� Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml 6. 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. 7. 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. 8. No small business set-aside is provided. Contracting Office Address: Contracting Division, Japan District, US Army Corps of Engineers Rm 116, Bldg 364 Camp Foster Chatan-Cho, Okinawa, Japan Zip Code: 904-0100 Points of Contact: Primary: Valeria Fisher Contract Specialist valeria.fisher@usace.army.mil Alternate: Jack T. Letscher Contracting Officer jack.t.letscher@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef1e4bb860d04c8f82495956b4b3c794/view)
 
Place of Performance
Address: Kadena AB, JPN
Country: JPN
 
Record
SN07031912-F 20240418/240416230049 (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.