Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2023 SAM #7933
SOLICITATION NOTICE

Y -- LXEZ 1076699 Theater Aircraft Corrosion Control Prep Hangar

Notice Date
8/15/2023 7:53:17 PM
 
Notice Type
Presolicitation
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-23-R-0004
 
Response Due
2/22/2024 9:00:00 PM
 
Archive Date
03/09/2024
 
Point of Contact
Amy Wong, Phone: 0989709066, Jack Letscher, Phone: 0989704402
 
E-Mail Address
amy.a.wong.civ@usace.army.mil, jack.t.letscher@usace.army.mil
(amy.a.wong.civ@usace.army.mil, jack.t.letscher@usace.army.mil)
 
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 Request for Proposal (RFP).� This is not a solicitation.* PROJECT INFORMATION Project Title:� LXEZ 1076699 Theater Aircraft Corrosion Control Prep Hangar Project Location: Kadena Air Base, Okinawa, Japan Project FSC: Y1BZ � Construction of Other Airfield Structures Project NAICS: 236220 � Commercial and Institutional Building Construction Project Magnitude: Between �10,000,000,000 and �25,000,000,000 ($100,000,000 and $250,000,000) (DFARS 236.204) Project Description: This is a Design-Bid-Build construction project to provide an Aircraft Corrosion Control Prep Hangar for painting large-bodied aircraft. The hangar must be sized and configured to provide hangar space for corrosion treating, corrosion repairing, paint stripping and repainting of an entire aircraft and an environmentally controlled area to wash aircraft. The facility shall consist of a single bay paint booth for mixing and applying paint, a single bay prep and wash hangar for the corrosion control shop preparation with abrasive blasting rooms and drying areas, tool storage lockers, bathroom and locker rooms, administrative areas, storage space and mechanical rooms. A separate Corrosion Control Hazardous Material Storage and Corrosion Control Utility Storage buildings is required. Supporting facilities include, but is not limited to utilities, HVAC, fire protection system, communications, vehicular pavement and access roads, fencing, concrete apron, exterior lighting, concrete retaining wall, and rerouting of Petroleum Oil Line (POL). �The project demolishes B3542 (2,830 SM). The facility should be compatible with applicable DoD, Air Force, and base design standards. In addition, local materials and construction techniques shall be used where cost effective. The facility must also be able to withstand corrosive environment, wind loads and seismic effects as prescribed in applicable codes and design guides. Project will include all necessary supporting facilities for a complete and usable facility. The DRAFT Specifications are included in this Notice are provided for INFORMATIONAL PURPOSES ONLY.� Interested firms are cautioned that ALL attachments to this notice are provided in DRAFT FORMAT and are subject to change. SOLICITATION INFORMATION: 1. The Government anticipates the issuance of a Request for Proposal (RFP) solicitation. 2. The Government anticipates issuing the RFP solicitation in early September 2023. The solicitation when issued will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites 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 RFP. 4. All interested companies shall be actively registered in the 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. 5. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE.� It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time.� The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/.� Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ .� Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml 6. Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website:� https://www.poj.usace.army.mil/Business-With-Us/ for general information. 7. 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 are 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 performance of the resultant contract. 8. Additionally, prior to award of the contract, interested vendors must be registered for construction work with the Government of Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation. 9. The Draft documents included in this notice are provided for informational purposes only.� Interested firms are cautioned that all attachments to this notice are provided in draft format and are subject to change. Contracting Office Address: Contracting Division, Japan District, US Army Corps of Engineers Rm 116, Bldg 364 Camp Foster Chata-Cho, Okinawa, Japan Zip Code: 904-0100 Point of Contacts: Primary: Amy A. Wong Contract Specialist amy.a.wong@usace.army.mil Alternate: Jack T. Letscher Contracting Officer jack.t.letscher@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1bd1b843972d42e5b4f09b011add8d48/view)
 
Place of Performance
Address: Kadena AB, JP-47, JPN
Country: JPN
 
Record
SN06790971-F 20230817/230815230105 (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.