Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 31, 2024 SAM #8221
SOLICITATION NOTICE

Z -- OMA Replace AFFF Fire Suppression with Wet Pipe Fire Suppression System, Buildings 155-7 and 161-1

Notice Date
5/29/2024 5:52:14 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-24-B-0015
 
Response Due
5/24/2024 10:00:00 PM
 
Archive Date
06/09/2024
 
Point of Contact
Charles Qi, Phone: 0464074823, Nakiba Jackson, Phone: 3152633398
 
E-Mail Address
charles.l.qi.civ@usace.army.mil, nakiba.s.jackson.civ@usace.army.mil
(charles.l.qi.civ@usace.army.mil, nakiba.s.jackson.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. This purpose of this update to correct the site visit response time in anticipation of upcoming solicitation issuance.� Please note the site visit is anticipated for 17 June 2024.� All requests to attend to the site visit should be submitted NLT 10 June 2024 using the information as described below: 30 May 2024 update: The solicitation is planning to release by early June 2024.�If you are interested in attending the site visit, please coordinate as soon as possible. The site visit information is listed below: 52.236-27���� SITE VISIT (CONSTRUCTION) (FEB 1995) � ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation.� Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for-- 17 June 2024 at 09:00 AM (c) Participants will meet at� Sagami General Depot � Parking lot of Gate Pass Office BLDG 141-T14 (Please contact POC for map) �(d) Point of Contact (POC) � LT Gavin Rust, Phone:� 070-2495-6624 Email: Gavin.M.Rust@usace.army.mil�������� Haruo Fukamachi, Phone: 080-5059-9645 Email: Haruo.Fukamachi@usace.army.mil Please also copy all request emails to: charles.l.qi@usace.army.mil ruben.a.romero@usace.army.mil Bidders need to email their temporary pass requests to LT Rust and Fukamachi-San not later than 10 June 2024 by 03:00PM. 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 10 June 2024 at 03:00PM Japan Standard Time. The following information in Block 3 of ONE TIME / MULTIPLE ACCESS ROSTER shall be filled in by the prospective bidders.� (ONE TIME / MULTIPLE ACCESS ROSTER (USAG-J Form 1529) is included. NATIONALITY - Nationality of individual FULL NAME - Name of individual, both in English and Japanese ADDRESS & TELEPHONE - Home address and cellular telephone no. of individual, in English VEHICLE PLATE NO. - Vehicle plate no. of driver's vehicle (in case of a rent-a-car, the rental agency can give you this number more than 11 days in advance) in addition, prospective bidders shall include the following information in their e-mail to the Point of Contact listed above. Company Name Company Address Company Telephone Number E-mail Address of Point of Contact Please bring a Government issued picture ID (Valid Driver's License with Japanese Police issued 8-digit code, or Passport) needed to verify citizenship, and all vehicle paperwork to access the base. Passes will not be issued without the proper vehicle paperwork. Please also e-mail the following documents in PDF file with USAG-J Form 1529-R-E ONE TIME / MULTIPLE ACCESS ROSTER: a.����������� Color copy of Picture ID (Valid Driver's License or Passport) b.����������� Vehicle Registration (Shakenshou) c.����������� Japanese Compulsory Vehicle Insurance (Jibaiseki Insurance) d.����������� Property Damage Insurance (Nini Hoken) Note: In case of a rent-a-car, individual vehicles are covered by the rent-a-car company's group insurance. Thus, no individual deeds are issued. In this case, a copy of the group insurance deed is necessary Japanese visitors, Passport, or Japanese Driver's License are considered valid picture Identification.� Those individuals using a newly issued Japanese driver�s license with an Identity Code (IC) chip as a form of identification will be required to enter an 8 digit Personal Identification Number (PIN) into an IC Chip Reader. Individuals are granted 3 attempts to input their PIN and will be denied access if they are unable to input the correct PIN.� To obtain or reset the PIN code, individuals should go to their local Japanese police department for assistance. For non-Japanese visitors, Passport or Alien Registration Card are considered valid picture identification. (End of provision) 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:� 540 Days SOLICITATION INFORMATION: Procurement Method: The Government intends to issue an Invitation for Bids (IFB) solicitation. The Government anticipates issuing the solicitation in late May, 2024.� 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 4Q 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: Charles Qi Contract Specialist charles.l.qi@usace.army.mil Alternate: Dr. Nakiba S. Jackson Contracting Officer nakiba.s.jackson@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90a327efafb245f0a4e2c6867982e3b7/view)
 
Place of Performance
Address: Sagamihara, JP-14, JPN
Country: JPN
 
Record
SN07079546-F 20240531/240529230056 (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.