Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOURCES SOUGHT

Z -- DISA Bldg 650 Fire Protection System Upgrade Yokota Air Base, Japan

Notice Date
4/3/2025 4:42:50 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV25Z0005
 
Response Due
4/17/2025 7:59:00 AM
 
Archive Date
09/30/2025
 
Point of Contact
Jiro Miyairi, Jennifer Knutson
 
E-Mail Address
jiro.miyairi.ln@usace.army.mil, jennifer.h.knutson@usace.army.mil
(jiro.miyairi.ln@usace.army.mil, jennifer.h.knutson@usace.army.mil)
 
Description
Update 4 April 2025: We have reopened this survey to solicit additional responses from the market. Interested firms are requested to reply no later than 17 April 2025 Japan Standard Time. Please submit your responses via e-mail to Ms. Jennifer Knutson, Contracting Officer at jennifer.h.knutson@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil. ****************************** Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Build (DB) requirement entitled, ""DISA Bldg 650 Fire Protection System Upgrade 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 POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this 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 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. 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. 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: DISA Bldg 650 Fire Protection System Upgrade Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project FSC: Z2AA - Repair or Alteration of Office Buildings Project NAICS:236220 Commercial and Institutional Building Construction Project Magnitude: Between �500,000,000 and �1,000,000,000 (Japanese YEN) Project Description: Design-Build. Upgrade the fire protection system in the DISA-occupied areas of Bldg 650 with a Clean Agent (gaseous) fire suppression system, a new Very Early Smoke Detection Apparatus (VESDA) system to replace and expand an aging one, and a Clean Agent Fire Suppression and Exhaust system. Procurement Method: The Government anticipates issuing a Request for Proposal (RFP) solicitation, utilizing the Lowest Price Technically Acceptable source selection procedures for this project in May 2025. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. 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. Draft D-B specifications are being provided for INFORMATIONAL PURPOSES. Offerors are cautioned that these specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION Interested firms are requested to reply with the following information no later than 19 March 2025 Japan Standard Time. Please submit your responses via e-mail to Ms. Jennifer Knutson, Contracting Officer at jennifer.h.knutson@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name. Describe your firm's interest, capability and experience relative to the work described in the interested Project Description. Identify your current construction bonding levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name of Sureties Please provide at least one (1) comparable DB project (for government or commercial customers) your company has completed in the past ten (10) years. a. Project Title and Location b. Customer/Agency c. Project Value and Brief Description d. Date Completed or Percent Complete e. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) Technical Questions a. Anticipated period of performance is 780 calendar days after the date the contractor receives the notice proceed. Do you have any concerns with the anticipated period of performance? b. Do you have any concerns designing, procuring and installing a Very Early Smoke Alarm Detection Apparatus (VESDA) system in Japan? c. Do you have any concerns designing, procuring and installing a Clean Agent Suppression system in a datacenter environment? d. This project will require involvement of a US Licensed Fire Protection Engineer. Do you have any concerns obtaining this type of Fire Protection Engineering support? e. Given that many of the fire protection system components will need to meet UL listing requirements, are there particular items that can be procured from Japanese manufacturers, or would these items need to be shipped from the US? If shipped from the US what magnitude of lead times are typical currently? Do you have any other questions or concerns on the DRAFT DB specifications? Are there any other comments or suggestions that may increase your interest or participation? Additional Info: 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 Points of Contact: Jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil Jennfier Knutson 046-407-8839 jennifer.h.knutson@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bda31d8f43f74d78bfc29b52e569b7d2/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07397422-F 20250405/250403230051 (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.