Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2021 SAM #7104
MODIFICATION

Z -- Repair Building 163-11, Sagami General Depot, Japan

Notice Date
5/12/2021 12:20:02 AM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-21-B-0006
 
Response Due
7/12/2021 10:00:00 PM
 
Archive Date
07/28/2021
 
Point of Contact
Norman Roldan, Phone: 0464078836, Jennifer H. Knutson, Phone: 3152638839
 
E-Mail Address
norman.roldan.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil
(norman.roldan.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Japan District (POJ) is providing a SOLICITATION notice pursuant to FAR 36.213-3 for an Invitation for Bid (IFB). PROJECT INFORMATION Project Title:� Repair Building 163-11 Project Location: Sagami�General Depot, Japan Project FSC: Z2GZ, Repair or Alteration of Other Warehouse Buildings Project NAICS: 236220 � Commercial and Institutional Building Construction Project Magnitude: Between �100,000,000 and �500,000,000 (Japanese YEN) Project Description: This project is to repair building 163-11 Sagami General Depot.� The repair shall include, but is not limited to the following: CIVIL: Work includes removal of existing asphalt pavement, existing sod area and� disconnection of existing fire protection line to accommodate installation of new fire protection line. ARCHITECT: Work includes the provision of new metal roofing, Roof flashing, eaves gutters and down spouts, replacement of existing roll-up door, partial removal and restoration of existing concrete wall for installation of the new roll-up door guide rails, replacement of existing steel doors and frames including accessories, replacement of existing wall louvers with stainless steel screen, repair of existing cracks, flakes and spalled on existing concrete surfaces, repair of exposed reinforcing bars on concrete surfaces, repair of spalled concrete floor slab and refinishing with hardener coating throughout the floor area, replacement of joint sealant on the wall and floor surfaces, replacement of the existing concrete pad for electrical panel, repainting of existing and painting of new surfaces, removal and disposal of asbestos containing materials and other incidental related miscellaneous items. STRUCTURAL: Work includes the replacement of the existing damaged steel girder, provision of new steel beams, purlins and cross bracing as indicated on the drawings, reinforcement of existing minor damaged roof structure such as steel girders, purlins, cross bracing as necessary and other related incidental miscellaneous items. MECHANICAL: Work includes the replacement of three (3) existing roof mounted exhaust fans with screen, replacement of one (1) existing and providing one (1) new emergency shower/eyewash station will have tepid water supply and drain, provision of new exterior hose bibb similar to the existing and other incidental related miscellaneous items. ELECTRICAL: Work includes removal of existing electrical items and replacement with new surface mounted conduits, boxes for miscellaneous outlets such as light switches, exit lights and miscellaneous outlets, installation of new interior lighting fixtures, replacement of service entrance conductors, provision of new electrical panel, installation of two exterior lighting fixtures on existing steel brackets, replacement of exiting photocell switch sensor and other incidental related miscellaneous items. COMMUNICATION: Work includes the installation of new telephone cabinet, provision of new telephone and ground conductors, cleaning of the existing conduits between pull box and outside manhole and other incidental related miscellaneous items. FIRE PROTECTION: Work includes the installation of new wet pipe sprinkler system with heating requirement only for the riser piping from the slab to dry valve and other incidental related miscellaneous items as required. SOLICITATION INFORMATION: 1. Procurement Method: �Invitation for Bid (IFB). 2.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.� For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. 3. Only local sources will be considered under this solicitation.� No small business set-aside.� 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.� 4. 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. 5. CONTRACTOR APPLICATION.� If this is your first time seeking business opportunities with the Japan Engineer District or you need to update your company information and brochure file, please complete the Contractor Application form and submit it with the required attachments to: U.S. Army Corps of Engineers, Japan Engineer District, Bldg. 250, Room 147 Camp Zama, Zama-shi, Kanagawa-ken, Japan 252-8511, along with your first bid/proposal to Japan Engineer District, prior to submitting your Sealed Bid.� Such firms shall be required to complete the aforementioned application and submit the requisite documents indicating they are registered with the Government of Japan and in possession of the necessary Certificate of Construction License in order to perform construction work in Japan.� Please refer to the �Contractor Application� form at� https://www.poj.usace.army.mil/Business-With-Us/ for additional details and requirements.� An organized site visit has been scheduled for May 24, 2021, 10:00 AM, Japan Standard Time. ��������������� Participants will meet at-- Sagami General Depot � Parking lot of Gate Pass Office BLDG 141-T14 (Please contact POC for map) Point of Contact (POC): Mr. Haruo Fukamachi Phone: 080-5059-9645/042 869-4579 Email: haruo.fukamachi.ln@usace.army.mil Interested bidders need to email their temporary pass requests to Mr. Fukamachi not later than May 17, 2021, 1600 hours, Japan Time. Three (3) participants allowed for each prospective bidder. NOTE: The Government will not provide transportation to the site; therefore, prospective bidders shall supply their own personnel vehicles. Commercial vehicles (taxis) will not be allowed access on base. Prospective bidders interested in attending the site visit (including prospective bidders who already possess a base pass) shall e-mail ONE TIME / MULTIPLE ACCESS ROSTER (USAG-J Form 1529) is provided as a separate file with this solicitation) to the Point of Contact listed above, no later than 17 May 2021, 1600 HOURS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f512e8b4abcd402ca7598a08bc47107e/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN05999139-F 20210514/210512230109 (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.