Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2022 SAM #7449
SOLICITATION NOTICE

Y -- FY2023 ZNRE204309 Improve Family Housing Phase 9 (90 UN), Yokota Air Base, Japan

Notice Date
4/21/2022 12:11:16 AM
 
Notice Type
Solicitation
 
NAICS
236118 — Residential Remodelers
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV22R0011
 
Response Due
5/31/2022 7:00:00 AM
 
Archive Date
06/30/2022
 
Point of Contact
Norman Roldan
 
E-Mail Address
norman.roldan.civ@usace.army.mil
(norman.roldan.civ@usace.army.mil)
 
Awardee
null
 
Description
The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRESOLICITATION notice pursuant to FAR 36.213-2.� This is not a solicitation. PROJECT INFORMATION Project Title: FY2023 ZNRE204309 Improve Family Housing Phase 9 (90 UN), Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project PSC: Y1FA � Construction of Family Housing Facilities Project NAICS: 236118 � Residential Remodelers Project Magnitude: Between �2,500,000,000 and �10,000,000,000 Japanese Yen Project Description: Design Build. Provides whole house interior and exterior modernization, renovation, and repair of ninety (90) family housing units at Yokota Air Base. Provide design, demolition, and construction for the full improvement of nineteen (19) unit type, two-story concrete construction buildings (Buildings 1038, 1039, 1040, 1041, 1042, 1043, 1044, 1045, 1046, 1047, 1050, 1051, 1052, 1053, 1054, 1055, 1056, 1057, 1058) and the removal of six (6) one-story mechanical buildings (Buildings 1033, 1034, 1035, 1059, 1060, 1061) at Yokota Air Base. The work includes but is not limited to providing all labor, materials, transportation, and performing all work necessary for the improvements of the family housing units to meet current codes and standards. Modernizing finishes in kitchen, bathrooms, living room, bedrooms, and family room. Replacing windows and doors. Replacement of plumbing fixture, domestic water and sanitary piping. Installing hard wired smoke alarms and fire sprinklers. Providing exterior awnings. Removal of mechanical systems in six supporting mechanical buildings. Providing new energy efficient space heating and cooling and gas domestic hot water heating. Infrastructure replacement work includes utilities, site electrical, site mechanical, landscape, pavement, and new gas service. Provide electrical upgrades to meet code to provide safe and adequate housing. Construct addition to provide a family room, secondary dining space, and exterior storage consistent with the Air Force family housing design standards. Perform remediation testing and abatement of asbestos and lead. Include demolition, disposal, hazardous material abatement and other site work necessary to provide a complete and usable facility. SOLICITATION INFORMATION: Procurement Method: The Government will issue a Request for Proposal (RFP) Solicitation utilizing the Two Phase Design-Build Selection Procedures, outlined in FAR Subpart 36.3 and the Tradeoff Process, outlined in FAR 15.101-1. � � The Governments anticipates issuing the solicitation no later than late May 2022.� The solicitation when issued, will identify the proposal submission instructions for Phase 1.� All phase 1 solicitation documents, drawings, and specifications will be posted on SAM.gov when issued.� It is the responsibility of interested vendors to monitor 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 the RFP.� �� ����������� Draft specifications are being provided FOR INFORMATION ONLY.� Offerors are cautioned that these specifications are in DRAFT FORMAT. ****************************************************************************** SYSTEM FOR AWARD MANAGEMENT (SAM). �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. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. �Information on registration and annual confirmation requirements may be found at http://www.sam.gov.� OFFEROR ELIGIBILITY.� 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 specific in this solicitation.� Specifically, a prospective offeror must be duly authorized to operate and conduct 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, prior to award of the contracts, offerors must be registered with the Government of Japan to do�construction work in Japan and possess necessary construction licenses and permits to perform work required under this�solicitation.� 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.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d0d451a6e0af40c7ac72fced6ec42a75/view)
 
Record
SN06304270-F 20220423/220421230113 (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.