SOLICITATION NOTICE
Z -- LXEZ201076 Repair Water Lines Around Airfield, II
- Notice Date
- 7/15/2025 12:17:59 AM
- Notice Type
- Solicitation
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- FA5270 18 CONS PK APO AP 96368-5199 USA
- ZIP Code
- 96368-5199
- Solicitation Number
- FA527025R0025
- Response Due
- 7/27/2025 6:00:00 PM
- Archive Date
- 08/04/2025
- Point of Contact
- Kurt Stuebs, Phone: 634-4919, Marcus Reedom, Phone: 2106528427
- E-Mail Address
-
kurt.stuebs.2@us.af.mil, marcus.reedom.2@us.af.mil
(kurt.stuebs.2@us.af.mil, marcus.reedom.2@us.af.mil)
- Description
- Amendment 0001 (15 July 2025): The Purpose of this amendment is the following:1. Add instructions to DFARS 252.229-7001, and add contractor fill in blanks for FAR 52.204-8, DFARS 252.204-70072. Incorporate Attachment 13 - Request for Information Responses3. Incorporate Attachment 14 - Map - Archaeological Test Digs4. Incorporate Attachment 15 - Water Utilities Layout5. SF 1442 Sections L and M are updated in accordance with the responses in Attachment 13The Government is providing the responses to the RFIs. Offerors must understand that these responses are for clarification only and do not substitute for a comprehensive demonstration of qualifications. It is imperative that Offerors provide detailed information clearly establishing the superior qualifications of their Design-Build Team (encompassing the Prime Contractor, major Sub-Contractors like the Architect-Engineering Firm, and the primary Construction Firm) to maximize their opportunity for selection into Phase II.CONTRACTING ACTIVITY: 18th Contracting Squadron, Kadena AB, Okinawa, Japan. CONTRACT INFORMATION: This is a Firm-Fixed Price (FFP) Design-Build, a two-phase selection process stand-alone contract to provide a Request for Proposal (RFP) for replacing existing water distribution mains in Kadena AB, Japan. North American Industrial Classification System code is 237110 - Water and Sewer Line and Related Structures Construction. Phase I will be conducted in accordance with FAR Subpart 36.3 and design-build selection procedures authorized by 10 U.S.C. 3241. Phase II will be conducted in accordance with the procedures authorized by 10 U.S.C. 3241 and FAR Subpart 15.3 and PGI DFARS 215.3. This two-phase approach is fashioned in accordance with the policy outlined in Federal Acquisition Regulation (FAR) FAR 15.3, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS) 215.3 and 236.3, Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Subpart 5315.3 and 5236.3, as well as the Department of Defense (DoD) Source Selection Procedures dated 20 August 2022. DESCRIPTION OF WORK: This is a design-build project with the purpose of replacing existing water distribution mains. This project includes replacing the 16-inch and 12-inch water mains along a new route within the roadway right of way to eliminate the distribution mains running through the flightlines. New fire hydrants will be installed along the proposed alignments in accordance with the UFC and NFPA requirements, providing water main connections onto existing distribution mains and service lines that feed the current facilities, and providing new pressure reducing valve systems to balance the water distribution network?s pressure and flows. Proposed repairs to lines running through the runways include trenching the existing mains (abandon in place) and filling with flowable structural concrete, then backfill to existing grade with excavated material. Other existing mains will be abandoned in place. This project also includes SCADA to enable continual monitoring ensuring water quality is constant and meets requirements. A Cultural Assessment Survey will be conducted on all new water main routes. Work for the project is described in more detail in Section 8 of the Statement of Work (SOW). Sustainable principles, to include life cycle cost- effective practices shall be integrated into the design, development, and construction of the project(s) in accordance with the latest version of UFC 1-200-02, High Performance and Sustainable Building Requirements. NOTE: This requirement will be performed in its entirety in the country of Japan. The successful Offeror must be licensed and registered to perform work in Okinawa Prefecture. All offerors must be registered in the System for Award Management (SAM) (https://www.sam.gov/SAM/). Joint Ventures (JV) must be registered in SAM as the joint venture. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an offeror ineligible for award.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/50f70d0c17a34a3698fe1873a018cbc7/view)
- Record
- SN07509865-F 20250717/250715230046 (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 |