Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2018 FBO #6173
SOLICITATION NOTICE

56 -- SOF (TEMF) Tactical Equipment Maintenance Complex W912HV-19-B-0003

Notice Date
10/16/2018
 
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-19-B-0003
 
Point of Contact
Ronalda L. Burton, Phone: 3156459066, Shyloe Werner, Phone: 315-645-4402
 
E-Mail Address
ronalda.l.burton.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil
(ronalda.l.burton.civ@usace.army.mil, shyloe.a.werner.civ@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*Notice* PRE-SOLICITATION NOTICE NUMBER HAS CHANGED FROM W912HV-18-B-0004 TO W912HV-19-B-0003. The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Invitation for Bid (IFB) for project titled: FY18 PN 81903 SOF (TEMF) Tactical Equipment Maintenance Complex, Torii Station, Okinawa, Japan.. This is not a solicitation. PROJECT INFORMATION Project Title: SOF (TEMF) Tactical Equipment Maintenance Complex, Torii Station Project Location: Torii Station, Okinawa, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 Japanese YEN Project Description: This FY18 MILCON D-B-B Project is for the construction of a SOF TEMF on Torii Station, Okinawa, Japan. Construct an Army-standard tactical equipment maintenance facility, POL and hazardous waste storage buildings, organizational storage buildings, general purpose warehouse (high-bay), and organizational vehicle parking. Built-in building systems include fire alarm/mass notification; fire suppression; utility management control; telephone; advanced unclassified and classified communications networks; cable television; protected distribution system; and infrastructure for intrusion detection, closed circuit surveillance, and electronic access control systems. Project includes the installation of electronic security system equipment (intrusion detection, closed circuit surveillance, and electronic access control) with equipment funded by other appropriations. Supporting facilities include: All related site-work and utilities (electrical, water, gas, sanitary sewer, and information systems distribution), fire pump building, security lighting, power and communication connections in the organizational vehicle parking area for specialized vehicles and deployment containers, storage tanks, security fencing, screening, paving, curb and gutter, sidewalks, storm drainage and treatment structures, signage, landscaping, and other site improvements. Special construction features include deep foundations, reinforced concrete structures for severe tsunami, seismic, and typhoon design loads, corrosion resistance, sustainable construction features complying with and certifiable to Leadership in Energy and Environmental Design (LEED) "Silver" with enhanced commissioning. Access for individuals with disabilities will be provided. Environmental mitigation for historical and cultural assets and radon mitigation are included. Comprehensive interior, electronic security systems, and audio visual design services are included. The project includes demolition of existing facilities. Air conditioning: 70kW (20 tons). SOLICITATION INFORMATION: 1. Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation. 2. The Governments anticipates issuing a solicitation on 01 November 2018. All solicitation documents and attachments will be posted on Federal Business Opportunities (FedBizOpps). It is the responsibility of interested vendors to check FedBizOpps 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 System for Award Management (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. 5. 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 company 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. 6. Additionally, prior to award of the contract, interested vendors 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. 7. Interested vendors which have not submitted Bidders Mailing List Applications to the Japan Engineer District (JED) Camp Zama 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 vendors 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 bid submission. PRE-BID/SITE VISIT INFORMATION: A pre-bid conference is anticipated to occur on Torii Station, Okinawa, Japan on 8 November 2018 (Please Note: this date is tentative - exact time and location will be identified in the released solicitation) at 09:30 AM, Japan Standard Time (JST). A site visit will follow the pre-bid conference. (a) Submit the names of all attendees (not to exceed 3 per company) to the following POCs no later than 10:00 AM, 08 November 2018, JST. The attendee list shall include full name, company name, and whether temporary base access is required (see required documentation below if temporary base access required). This information must be provided in advance in order to ensure access to the military base/conference site and adequate seating for the conference attendees. Mr. Frank Cook Email: Frank.H.Cook.civ@usace.army.mil Ms. Ronalda Burton Email: Ronalda.L.Burton.civ@usace.army.mil Required Documentation for Temporary Base Access Valid Picture Identification (ID): Valid IDs are required for entry onto Military Installations in Okinawa, Japan. Driver's License, Passport or Jyuuki (Jyuuminn kihon daicho) Card (with photograph) are considered valid picture IDs. (b) Information provided at this conference shall not qualify the terms and conditions of the solicitation, specifications, and/or drawings. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply. Additional Information: Contracting Officer: Ms. Shyloe Werner Tel: 098-970-4402 Email: Shyloe.A.Werner.civ@usace.army.mil Contract Specialist: Ms. Ronalda Burton Tel: 315-645-9066 Ronalda.L.Burton.civ@usace.army.mil Contracting Office Addresses: U.S. Army Corps of Engineers, Japan District Okinawa Area Office Unit 35132 APO, AP 96374-5132
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA79/W912HV-19-B-0003/listing.html)
 
Place of Performance
Address: U.S. Army Corps of Engineers, Japan District, Okinawa Area Office, Unit 35132, APO, Non-U.S., 96374, United States
Zip Code: 96374
 
Record
SN05126883-W 20181018/181016230938-28d7c52fb5efd63c64b81b8813559898 (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.