Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOURCES SOUGHT

Z -- Sollars ES HVAC Upgrades, Misawa Air Base, Japan

Notice Date
11/19/2025 5:28:45 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W2SN ENDIST JAPAN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV26Z0006
 
Response Due
12/17/2025 11:00:00 PM
 
Archive Date
01/02/2026
 
Point of Contact
Ryan Marzetta, Phone: 0464078725, Jennifer Knutson, Phone: 0464078839
 
E-Mail Address
ryan.j.marzetta@usace.army.mil, jennifer.h.knutson@usace.army.mil
(ryan.j.marzetta@usace.army.mil, jennifer.h.knutson@usace.army.mil)
 
Description
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, ""Sollars ES HVAC Upgrades, Misawa Air Base, Japan."" This announcement represents a market survey that is intended for planning purposes only. The purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This notice is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey. This market survey is intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice). We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought. Market research and industry feedback is an essential part of the acquisition process. The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov CYBERSECURITY MATURITY MODEL CERTIFICATION (CMMC) 2.0 NOTICE DoD published the final CMMC rule on September 10, 2025, ref. 90 Federal Register (FR) 43560, with an effective date of November 10, 2025. DoD�s CMMC Program mandates that all organizations handling Federal Contract Information (FCI) or Controlled Unclassified Information (CUI) maintain specific cybersecurity maturity levels to protect sensitive data. CMMC provides a consistent methodology to assess compliance with cybersecurity requirements and standards set forth in the 48 CFR 52.204-21; National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, Basic Safeguarding of Covered Contractor Information Systems. USACE Japan District anticipates that all solicitations issued on or after November 10, 2025 will require Basic (Level 1) certification or higher. If your company is not certified at Basic (Level 1) or higher you will not be eligible to receive a contract award. Information concerning the CMMC Program is available at SAM.gov. See special notice, ""Cybersecurity Maturity Model Certification (CMMC) Program Implementation"" issued by USACE Headquarters, Directorate of Contracting. SAM.gov and https://dodcio.defense.gov/CMMC/ for more information on how to get certified. LOCAL SOURCES 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. a. 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 construction in Japan. Specifically, a prospective offeror must be duly authorized to operate and conduct construction 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. b. In addition, offerors must possess a Japanese civil construction (doboku isshiki koji) license or Japanese architectural construction (kenchiku isshiki koji) license by the proposal due date and time. The U.S. Government will verify that the offeror has the license through the Ministry of Land, Infrastructure, Transport and Tourism (MLIT) website at https://etsuran2.mlit.go.jp/TAKKEN. It is the responsibility of the offeror to ensure that it has the license (Japanese civil construction or Japanese architectural construction), and that it is accurately shown on the MLIT website, by the proposal due date and time. Failure to comply with this requirement will be cause for rejection of your offer. c. 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. PROJECT INFORMATION: Project Title: Sollars ES HVAC Upgrades Project Location: Misawa Air Base, Japan Project PSC: Z2JZ � Repair or Alteration of Miscellaneous Buildings Project NAICS: 236220 � Commercial and Institutional Building Construction Project Magnitude: Between �2,500,000,000 and �10,000,000,000 (Japanese YEN) Project Description: Upgrade the existing heating system and add full building cooling capabilities to include 5 bldgs. 80, 90, 92, 94 & 98. Scope is to include transformer upgrades and structural roof changes. Scope of work includes, but is not limited to, removal and replacement of HVAC systems, removal and replacement of building systems to support the HVAC renovations, including ceilings, partitions, lighting, power, and fire protection systems, roof upgrades at b94, reinforcement of structural beams and columns at b94, construction of a new central plant enclosure, construction of new mechanical rooms at b90 and b98, and associated site work to support the renovations, including Trenching and repaving/resodding, removal and replacement of Transformers, and removal of site structures. PROCUREMENT METHOD: The Government is considering a procurement approach that combines prequalification of sources (as outlined in DFARS 236.272) with sealed bidding. See below for request input. The Government anticipates soliciting in FY2026 with a projected FY2027 award. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Any solicitations pursued will be intended for local sources only. Local sources are those sources physically located and authorized to perform construction work in Japan. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Bidders are cautioned that these drawings and specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION Interested firms are requested to reply with the following information no later than 18 December 2025 Japan Standard Time. Please submit your responses via e-mail to Ms. Jennifer Knutson, Contracting Officer at jennifer.h.knutson@usace.army.mil and Mr. Ryan Marzetta, Contract Specialist at ryan.j.marzetta@usace.army.mil QUESTIONS RELATED TO THE DRAFT SPECIFICATIONS AND DRAWINGS. The Government is seeking to minimize proposed variations or substitutions during the solicitation bidder inquiry period. Due to strict timelines, our ability to fully analyze these requests during the solicitation phase is often limited. We value your feedback and expertise, and encourage you to share your comments and proposed alternatives during this sources sought/market research phase. This will allow the Government adequate time to research and incorporate viable suggestions into the final design. Please note that this does not constitute a commitment to accept every recommendation. While we will make every effort to consider your suggestions, we must also ensure compliance with all applicable requirements, regulations, policies, and standards. 1. Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name. 2. Does your company have CMMC certification? If yes, what level and when does it expire. 3. Identify your current construction bonding levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name of Sureties 4. Describe your firm's interest, capability and experience relative to the work described in the interested Project Description. 5. Please provide at least one (1) project, but no more than three (3) projects, that is comparable to this project your company has completed (for government or commercial customers) in the past six (6) years. a. Project Title and Location b. Customer/Agency c. Project Value and Brief Description d. Date Completed or Percent Complete e. Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) 6. Procurement Method: The Government is considering a procurement approach that combines prequalification of sources (as outlined in DFARS 236.272) with sealed bidding. This strategy is being considered to ensure bidders are qualified to complete the work, while also allowing all competing contractors to see the bidding results. ????: ???????????DFARS 236.272?????????????????????????????????????????????????????????????????????????????????????????????????????? Prequalification is a process where companies demonstrate they possess critical qualifications essential for successful project completion. These qualifications may include, but are not limited to: ?????????????????????????????????????????????????????????????????????????????????????????????????? � Relevant Experience?????? � Favorable Past Performance???????? � Financial Stability (ability to obtain bonding) ??????(????????????????) If implemented, only companies who demonstrate they meet the prequalification criteria would receive the solicitation and be eligible to submit a bid. ????????????????????????????????????????????????????? a. Would use of prequalification procedures increase or decrease your interest in this project? Please explain. ???????????????????????????????????????????????????????? b. What prequalification criteria do you believe are the most critical for ensuring successful project completion and why? ??????????????????????????????????????????????????????? c. Are there any other specific concerns or suggestions you have regarding these procedures? ???????????????????????????????? 7. The anticipated period of performance is 1,219 calendar days after receipt of Notice to Proceed. Do you have any concerns with this period of performance? If so, please provide details on the reasons for concern. 8. Are there any concerns with any of the U.S. products, materials, or testing standards currently specified? If so, please provide details on the specific requirements causing concern, the reasons for this concern, and any recommendations for equivalent qualifications or alternative solutions for the Government's consideration. 9. Do you have any other concerns related to the Draft technical specifications and drawings? 10. Are there any other comments or suggestions that may increase your interest? Additional Info: U.S. Army Corps of Engineers, Japan District, Camp Zama, Japan Contracting Office Address: USACE District, Japan Attn: CEPOJ-CTN Unit 45010 APO, AP 96343-5010 Points of Contact: Ryan Marzetta 046-407-8725 ryan.j.marzetta@usace.army.mil Jennifer Knutson 046-407-8839 jennifer.h.knutson@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/90e33260ffbb4dafb38fe9c5abb85422/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07646955-F 20251121/251119230040 (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.