Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2025 SAM #8518
SOURCES SOUGHT

Y -- FY26 CABT184709 Renovate MFH Tower 4511, Camp Courtney, Okinawa, Japan

Notice Date
3/21/2025 12:00:30 AM
 
Notice Type
Sources Sought
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV25Z0007
 
Response Due
4/18/2025 1:00:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Norman Roldan, Phone: 098-970-9041, Valeria Fisher, Phone: 0989709068
 
E-Mail Address
norman.roldan.civ@usace.army.mil, valeria.fisher@usace.army.mil
(norman.roldan.civ@usace.army.mil, valeria.fisher@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project. 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. 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 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. 1 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 construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction 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. 2 In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time. Failure to comply with this requirement will be cause for rejection of your offer. 3 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: FY26 CABT184709, Renovate Tower 4511 Project Location: Camp Courtney, Okinawa, Japan Product Service Code (PSC): Z2FA Repair or Alteration of Family Housing Facilities NAICS Code: 236220 � Commercial and Institutional Building Construction. Project Magnitude: Between $25,000,000 and $100,000,000 (DFARS 236.204) Project Description: The project is to provide whole interior and exterior renovation of family housing Tower 4511, renovation and repair of sixty-eight (68) units at Camp Courtney, Senior Non-Commissioned Officer three-bedroom units. The work includes but is not limited to, providing all labor, materials, transportation, and performing all necessary work for the improvement of family housing tower to meet current codes and standards. Architectural repairs in housing units are to replace exterior sliding doors, repaint interior doors and necessary repairs to ensure all doors are operational, replace a portion of floor finishes as required, replace ceiling and suspension system throughout, repaint wall finishes and replace walls affected by the renovation. Other repairs include the provision of millwork, medicine cabinets, sealing and staining of existing cabinets, and provision of cordless blinds and exterior insulated aluminum windows over existing frames to meet energy efficiency and Antiterrorism/Force Protection requirements. In the Common Areas, the architectural repairs consist of the replacement of degraded doors including storefront system, exterior metal doors, pipe space and bulk storage doors, replacement of acoustic ceiling tiles, flooring, and cove base in the Community Room, as well as the replacement of cove base in other areas, and repainting of gypsum board ceilings, handrails, and guardrails at egress stairs. The heating, ventilation, and air conditioning, plumbing (fixtures, water heater, tanks, pumps, domestic water and sanitary waste) will be replaced in their entirety to provide a modern efficient system. Electrical work consists of the replacement of the primary power distribution system, as well as the secondary distribution including panelboards to support new HVAC and water heater systems. The electrical system will also be updated with the replacement of receptacles for the dishwasher, laundry and balcony, replacement of breakers for certain equipment, replacement of lighting fixtures in areas where they have not been previously replaced, and replacement of telecom wood backboard. Life Safety and Fire Protection repairs are to replace fire doors, replace corroded sprinkler heads and in areas affected by the renovation, replace smoke detectors throughout, provide LED signs above all exit doors and local operating consoles, replace batteries for all panels, replace speaker strobes, and system re-programming and testing. The exterior renovation includes repair exterior facade, patch and repair any concrete spalling, replace driveway ceiling, metal soffit, roof covering, and roof top fencing. Environmental remediation work includes abatement and disposal of asbestos, lead, and any other hazard materials. Building sitework includes replacement of mechanical utilities to include water supply to the nearest gate valve, condensate lines, storm drain and sanitary sewer to the nearest manhole or lateral line, replacement of primary electrical distribution system, and site improvements to include repair of damaged curb, provision of missing traffic signage, repaint faded striping, and provision of Americans with Disabilities Act accessible path leading to the main building ramp. The overall facility improvement shall be permanent and designed to meet the current Air Force Family Housing Standard and be in accordance with Unified Facilities Criteria 4-711-01 Family Housing, Unified Facilities Criteria 3-600-01 Fire Protection Engineering for Facilities, and other latest applicable Department of Defense Unified Facilities Criteria. NOTE: The DRAFT Specifications, Drawings and Plans 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. Estimated Period of Performance: Approximately 912 days Proposed Procurement Method: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation on/about 4th quarter FY25. 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. Submission Requirements for responses to this Market Survey: Interested sources are requested to answer the questions in the attached �W912HV25Z0007_Sources Sought Capabilities Survey Questions� and email the completed form to the following individuals no later than close of business on 18 April 2025 (Japan Standard Time). We appreciate your honest feedback in helping to develop an effective acquisition strategy that is advantageous for all interested parties. Contracting Officer � Ms Valeria Fisher at valeria.fisher@usace.army.mil Contract Specialist � Mr. Norman Roldan at norman.roldan@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79ae442cd9c44137b00ad0b688c3245d/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07381528-F 20250323/250321230049 (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.