Search Contract Opportunities

AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility, Kadena Air Base, Okinawa, Japan   4

ID: W912HV-24-B-0004 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Synopsis / Pre-Solicitation Notice

W912HV-24-B-0004

AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility

Kadena Air Base, Okinawa, Japan

Introduction:

The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Invitation for Bids. This notice is not a solicitation.

PROJECT INFORMATION:

Project Title: AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility

Project Location: Kadena Air Base, Okinawa, Japan

Product Service Code (PSC): Y1BZ Construction of Other Airfield Structures

NAICS Code : 236220 Commercial and Institutional Building Construction

Project Magnitude: Between $25,000,000 and $100,000,000 (between 3,479,087,500.00 and 13,916,350,000.00) (DFARS 236.204)

Estimated Period of Performance: 678 days

*If the Option CLIN 0003 is exercised, PoP is to be extended by 118 days from 678 days to 796 days for all CLINs.

Projected Solicitation Issue: May of 2024 (Site visit approximately three weeks after issue.)

Projected Bid Opening: August of 2024

Project Description: This project is for new construction of Special Operations Forces (SOF) one-bay aircraft maintenance hangar and supporting facilities with an option of constructing a composite maintenance facility. Facilities will come with concrete foundation and floor slab, steel high bay and steel structure, standing seam metal roof and masonry walls, cranes, motorized hangar doors and tracks, fire alarm and suppression, appropriate electrical/mechanical tie-ins for shop equipment, and all necessary support.

Contract Line-Item Numbers (CLINs)

CLIN 0001 Construction of Supporting Facilities, 1.5 meters outside of Building and Fire Pump House

Work includes, but is not limited to, construction of supporting facilities including special construction features, electrical utilities, communication utilities, water/sewer/utilities, site preparation, roads, sidewalks and parking, site improvements, low impact development, and fire pump house.

CLIN 0002 Construction of New SOF Maintenance Hangar

Work includes, but is not limited to, construction of concrete foundation and floor slab, steel high bay structure, standing seam metal roof, motorized hangar doors and tracks,

bridge crane, fire alarm and suppression system, HVAC, plumbing, electrical power and lighting, communication, other utilities, pavements, and site improvements.

OPTION CLIN 0003 Construction of New SOF Composite Maintenance Facility (Option 1)

Work includes, but is not limited to, construction of concrete slab on grade, single story reinforced walls and partitions, a low slope reinforced concrete slab roof, overhead doors, overhead crane, HVAC, plumbing, electrical power and lighting, communication, other utilities, parking, and approach aprons.

SOLICITATION INFORMATION:

1. The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation.

2. 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 IFB.

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. 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.

8. No small business set-aside is provided.

Contracting Office Address:

Contracting Division, Japan District, US Army Corps of Engineers

Rm 116, Bldg 364

Camp Foster

Chatan-Cho, Okinawa, Japan

Zip Code: 904-0100

Points of Contact:

Primary: Valeria Fisher

Contract Specialist

valeria.fisher@usace.army.mil

Alternate: Jack T. Letscher

Contracting Officer

jack.t.letscher@usace.army.mil

Overview

Response Deadline
May 1, 2024, 8:00 p.m. EDT Past Due
Posted
April 16, 2024, 7:41 p.m. EDT
Set Aside
None
Place of Performance
Japan
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 4/16/24 USACE Japan District issued Presolicitation W912HV-24-B-0004 for AFSOC103021 SOF Maintenance Hangar and LXEZ153953 SOF Composite Maintenance Facility, Kadena Air Base, Okinawa, Japan due 5/1/24. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Valeria Fisher   Profile
Phone
(098) 970-9068

Secondary Contact

Name
Jack Letscher   Profile
Phone
(098) 970-4402

Documents

Posted documents for Presolicitation W912HV-24-B-0004

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV-24-B-0004

Award Notifications

Agency published notification of awards for Presolicitation W912HV-24-B-0004

Contract Awards

Prime contracts awarded through Presolicitation W912HV-24-B-0004

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HV-24-B-0004

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV-24-B-0004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV-24-B-0004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > POD > US ARMY ENGINEER DISTRICT JPN
FPDS Organization Code
2100-W912HV
Source Organization Code
500039119
Last Updated
May 16, 2024
Last Updated By
valeria.fisher@usace.army.mil
Archive Date
May 17, 2024