Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

Y -- FY15 Replace Kubasaki High School, Camp Foster Okinawa Japan

Notice Date
1/11/2018
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Japan, Attn: CECT-POJ, Unit 45010, APO, 96338-5010, United States
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-18-B-0001
 
Point of Contact
Jiro Miyairi, Phone: 81464078837, Jacob M. Shaw, Phone: 81464075482
 
E-Mail Address
jiro.miyairi.ln@usace.army.mil, jacob.m.shaw@usace.army.mil
(jiro.miyairi.ln@usace.army.mil, jacob.m.shaw@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICAITION NOTICE: The U.S. Army Corps of Engineers, Japan Engineering District (JED) is providing a PRE-SOLICATION notice for a forthcoming Design-Bid-Build (DBB) requirement entitled, "FY15 Replace Kubasaki High School, Camp Foster Okinawa Japan." The subject requirement will only be solicited to LOCAL SOURCES IN JAPAN through the utilization of full and open competition procedures. Local sources are those organizations which are physically located and licensed to conduct business in Japan. PROJECT INFORMATION Project Title: FY15 Replace Kubasaki High School, Camp Foster Okinawa Japan Project Location: Camp Foster Okinawa, Japan North American Industry Classification System (NAICS) Code: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥10,000,000,000 and ¥25,000,000,000 (Japanese YEN) Project Description: This project will construct a multi-story High School composed of a pile foundation system, with reinforced concrete walls, floors and roof system. Interior construction will consist of operable/movable partitions and reinforced concrete walls as required to meet functional requirements. Interior spaces include neighborhoods, learning hubs, studios, common areas, host nation classroom, special education areas, art classroom, music room, computing center, gymnasium, multipurpose space, food service, specialists' rooms, information center, guidance counseling center, teacher work rooms, ROTC, supply/storage rooms and other required areas for a fully functioning high school. The project includes site improvements such as: signage, fencing, paving, landscaping, exterior lighting, utilities, and play courts, baseball and softball fields, football/soccer field, and a 400 meter track will also be included. The project will provide renovations to the existing school stadium and stadium press box. Cafeteria, food service and information center areas were sized for the projected high school population. The project includes related infrastructure such as site utilities, including sewer, water, electrical, and communication, paving, sidewalks, covered walkways, curbs, gutters, drainage, staff and visitor parking, POV and bus loading/unloading areas, mechanical utilities, and FF&E interior design. The project will demolish buildings 1400, 1402,1402A, 1403, 1404, 1406, 1408, 1410, 1436, 1437, 21C and 21D for a total of 192,416 SF. Mitigation for hazardous materials will be required for the existing buildings to be demolished for asbestos and/or lead based paint containing materials. The use of temporary classroom facilities will be included in project for construction phasing. Due to poor soil conditions special construction of a pile foundation system will be required. Project will include environmental mitigation, which consists of a radon mitigation system will be required per OPNAVINST 5090.1C. SOLICIATION INFORMATION: 1. The Government intends to solicit the forthcoming requirement in February 2018. 2. Traditional hard copies of technical specifications and plans will not be available; however, all solicitation documents including amendments will be posted to the Federal Business Opportunities (FedBizOpps) website ( www.fbo.gov ) for access by interested parties. Note: In order to receive notification of issued amendments, interested parties must be registered on FedBizOpps as an interested vendor. Please be advised, if you are not registered, the Government is not responsible for providing you with notifications to any changes to the solicitation. 3. In order to be eligible to receive a contract award with the U.S. Department of Defense, firms must be registered in the System for Award Management (SAM). This database can be accessed at www.sam.gov. 4. Faxed or electronic bids will not be accepted. All bids must be hand carried or delivered by mail to the USACE Japan District Office: U.S. Army Corps of Engineers, Japan District Contracting Division Room 147, Building 250, Camp Zama Zama-shi, Kanagawa-ken 252-8511 Japan 5. Firms which have not submitted Bidders Mailing List Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx to download the Bidders Mailing List Application. Such firms shall be required to complete the aforementioned application and submit documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted prior to or at the time of proposal submission. 6. 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 specified in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the resultant contract. Additionally, prior to award of the contract, offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation. NOTE: This is PRE-SOLICITATION notice for a forthcoming construction project and is NOT a solicitation. Pursuant to FAR 36.213-2, this notice has been issued to stimulate interest in bidding for this project. Contracting Office Address: Attn: CECT-POJ Unit 45010 APO, AP 96338-5010 United States Or U.S. Army Corps of Engineers, Japan District Contracting Division Room 147, Building 250, Camp Zama Zama-shi, Kanagawa-ken 252-8511 Japan Primary Point of Contact: Mr. Jiro Miyairi Contract Specialist Jiro.Miyairi@usace.army.mil Phone: 046-407-8837 Secondary Point of Contact: Mr. Jacob M. Shaw Contracting Officer Jacob.M.Shaw.civ@usace.army.mil Phone: 046-407-5482
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-18-B-0001/listing.html)
 
Record
SN04788561-W 20180113/180111231833-fceffbaeba3b53bdafa7f421e6eb8f44 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.