Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOLICITATION NOTICE

Z -- Repair Kastner Heliport Lighting

Notice Date
5/25/2021 4:59:38 PM
 
Notice Type
Presolicitation
 
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
W912HV21B0007
 
Response Due
6/7/2021 8:00:00 PM
 
Archive Date
06/23/2021
 
Point of Contact
Chase Willson, Phone: 0464075274, Jennifer H. Knutson, Phone: 3152638839
 
E-Mail Address
Chase.t.willson.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil
(Chase.t.willson.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil)
 
Small Business Set-Aside
LAS Local Area Set-Aside (FAR 26.2)
 
Description
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).� This is not a solicitation. PROJECT INFORMATION � Project Title:� Repair Kastner Heliport Lighting � Project Location: Camp Zama, Japan Project FSC: Z2BZ Repair or Alteration of Other Airfield Structures 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 the lighting at Kastner Heliport at Camp Zama, Japan.� The repair shall include, but is not limited to pavement and striping restoration to areas disturbed due to the scope of this project, repair and replacement of existing concrete foundations, removal and replacement of existing High Intensity Runway Edge Lights (HIRL) with Medium Intensity Runway Edge Lights (MIRL), existing threshold and taxiway lights, perimeter lighting around the 50� x 50� Instrument Flight Rules (IFR) helipad, additional taxiway edge or center lighting, removal and replacement of existing lighting control equipment located in Buildings 1022, 1025, and 1038. The government anticipates the Period of Performance will be approximately 270 calendar days. SOLICITATION INFORMATION: Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation.� � The Government anticipates issuing the solicitation June 2021.� The solicitation when issued, will identify the site visit date, RFI and bid submission due date.� All solicitation documents, drawings, and specifications will be posted on beta.SAM.Gov when issued.� It is the responsibility of interested vendors to monitor Beta.SAM.Gov for issuance of the solicitation and/or amendments.� � The Government intends to award a firm-fixed-price construction contract as a result of this IFB no later than 30 September 2021.� � 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. �� 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.� � 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. � CONTRACTOR APPLICATION.� Firms which have not submitted Contractor Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website:� https://www.poj.usace.army.mil/Business-With-Us/ to download the Contractor Application.� Such firms shall be required to complete the aforementioned application and submit original 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.� Interested Joint Venture partners who have individually submitted a Contractor Application previously are not required to submit a single, JV Contractor Application. This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a �Local Source.� � � SITE VISIT � An organized site visit has been scheduled for June 16, 2021, 07:00 AM, Japan Standard Time. ����������� Participants will meet at B S-227�parking lot (see attached map). Point of Contact (POC): Primary:�� Masateru Yamada: masateru.yamada.ln@usace.army.mil or 090-3696-9509 Alternate: Garrett E. Sharpe: garrett.e.sharpe.civ@usace.army.mil or 090-9315-4693 Alternate: Evan Albert, Evan.C.Albert.civ@usace.army.mil or 080-1236-9540 Interested bidders shall submit a list of attendees (not to exceed 3 per company) using the provided site visit form�to the above Government POCs no later than 1600 on 08 June 2021. The attendee list shall include full name, company name, email address, and if temporary base access to Camp Zama is required (see paragraph (g) below for additional information required for base escort). NOTE: Attendees must provide their own transportation. The Government will not provide transportation from the gate to the site location. Commercial vehicles (taxis) will not be allowed access on base. To drive private vehicle on CAMP ZAMA. Each vehicle shall have valid Vehicle Registration (Shakenshou), Japanese Compulsory Vehicle Insurance (Jibaiseki Insurance) and Property Damage Insurance (Nini Hoken). Copy and photo are invalid. The attached drawings and specifications are intended for informational purposes only and are subject to change. Additional Information: 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 Primary: Chase Willson 046-407-5274 Chase.T.Willson.civ@usace.army.mil��� Alternate: Jennifer Knutson 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f9fd6b5388784a2ab14cf072a516d79b/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN06012161-F 20210527/210525230101 (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.