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

Z -- FY23 OMA Replace AFFF Fire Suppression with Wet Pipe Fire Suppression System, Buildings 155-7 and 161-1, Sagami General Depot, Japan

Notice Date
8/15/2023 7:02:57 PM
 
Notice Type
Presolicitation
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV23B0016
 
Response Due
8/31/2023 10:00:00 PM
 
Archive Date
10/31/2023
 
Point of Contact
Norman Roldan, Chase Willson, Phone: 0464075274
 
E-Mail Address
norman.roldan.civ@usace.army.mil, Chase.t.willson.civ@usace.army.mil
(norman.roldan.civ@usace.army.mil, Chase.t.willson.civ@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 Invitation for Bids (IFB). �This is not a solicitation. PROJECT INFORMATION Project Title: FY23 OMA Replace AFFF Fire Suppression with Wet Pipe Fire Suppression System, Buildings 155-7 and 161-1 Project Location: Sagami General Depot, Japan Project PSC: �Z2GZ Repair or Alteration of Other Warehouse Buildings Project NAICS: 236220 - Commercial and Industrial Building Construction Project Magnitude: Between �100,000,000 and �500,000,000 (Japanese YEN) (FAR 36.204) Project Description: Design-Bid-Build.� This project will replace the existing AFFF systems along with both the sprinkler and AFFF fire pumps located in building 155-7 and 161-1 with a new wet pipe fire sprinkler system. The existing sprinkler systems will also have a new domestic water connection with a reduced pressure backflow preventer. The existing AFFF�s system�s components such as the fire pump, concentrate tank and piping will be removed in accordance with JEGS and will be treated as a material exposed to hazardous materials. A separate contract will drain and remove all AFFF liquid in the existing systems located in 155-7 and 161-1 prior to start of construction. The project will not require the demolition of any existing buildings as the project will utilize the existing structures. Anticipated Construction Performance Period:� 9 Months SOLICITATION INFORMATION: Procurement Method: The Government intends to issue an Invitation for Bids (IFB) solicitation. The Government anticipates issuing the solicitation in September 2023.� The solicitation when issued, will identify the site visit date, RFI and bid submission due date.� All final ready to advertise solicitation documents, specifications and drawings will be posted on the Procurement Integrated Enterprise Environment (PIEE) at piee.eb.mil 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 IFB no later than 2Q FY2024. 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. BIDDER ELEGIBILITY� This contract will be performed in its entirety in the country of Japan and is intended only for local sources.� 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.� Offerors are required to 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 at the time an offer is submitted.� Construction license will be verified through the Government of Japan � Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran.mlit.go.jp/TAKKEN.� 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.� 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: Norman Roldan Contract Specialist 046-407-8836 norman.roldan.civ@usace.army.mil Alternate: Chase T. Willson Contracting Officer 046-407-5274 chase.t.willson.civ@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c527f758b39e409aa8363310e9ac8198/view)
 
Place of Performance
Address: Sagamihara, JP-14, JPN
Country: JPN
 
Record
SN06791016-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.