Search Contract Opportunities

Asia Pacific Stability Initiative (APSI) – Fuel Receipt and Distribution Upgrades Yokota   3

ID: W912HV21R0006 • 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

Posted: April 5, 2021, 7:29 p.m. EDT

The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRESOLICITATION notice pursuant to FAR 36.213-2. This is not a solicitation.

PROJECT INFORMATION: Project Title: FY20 MCAF ZNRE2031002 Asia Pacific Stability Initiative (APSI) Fuel Receipt and Distribution Upgrades, Yokota AB.

Project Location: Yokota Air Base, Japan

Project FSC: Y1NA Construction of Fuel Supply Facilities

Project NAICS: 237120 - Oil and Gas Pipeline and Related Structures Construction

Project Magnitude: Between 1,000,000,000 and 2,500,000,000 Japanese YEN

Project Description: Expand and upgrade the existing liquid fuel unloading facility to accommodate rail cars (existing capability) and fuel delivery trucks, and comply with current requirements. The system includes replacing the existing 32 rail station headers with 24 new headers, plus adding 9 truck offload headers. The new offload facility will include two drop tanks in below-ground concrete vaults with pumps and piping to connect to an existing nearby fuel facility. In addition, the existing back-up generator will need to be upgraded. Secondary containment with remote spill containment basin will be added. Truck access roads and an offload parking area with bypass lane and entry/exit gates will also be added. Nearby on-base roads will require improvements to accommodate the trucks. Lighting, utilities, yard piping, rail lines, and other components will be replaced or improved as needed to ensure a complete and usable facility.

Demolition or relocation of some components of the existing facility will also be required, to include removing excess rail lines.

No comments will be accepted at this time, but will be welcomed when the solicitation is formally issued through the Request for Information process.

SOLICITATION INFORMATION:

  1. Procurement Method: The Government will issue a Request for Proposal (RFP) Solicitation utilizing the Lowest Price Technically Acceptable source selection procedures.
  2. The Governments anticipates issuing the solicitation no later than May 2021. The solicitation when issued, will identify the proposal submission instructions. All solicitation documents, drawings, and specifications will be posted on Beta.SAM.Gov when issued. It is the responsibility of interested vendors to monitor Beta.SAM.Gov for issuance of the solicitation and/or amendments.
  3. The Government intends to award a firm-fixed-price construction contract as a result of the RFP.

SITE VISIT

An organized site visit has been scheduled for--

1. Date and Time: Monday, 26 April 2021 at 10:00 AM, Japan Standard Time (JST) Due to circumstances concerning the COVID-19 pandemic, the scheduled site visit is subject to social distancing measures.

2. Location of meeting point: For those without base access, please meet at 09:00 AM (JST) at Gate 5, Supply Gate.

For those with base access, please meet at 10:00 AM (JST) at Building 4091 at Yokota Rail Facility.

  • See Drawing GC101 for building and rail facility locations

Participants interested in attending the organized site visit shall email the Government POCs listed below by 22 April 2021, JST. The Government POCs will need the names of participants, company, location within Japan participants will be traveling from, and the transportation means of coming to Yokota Air Base (i.e. train, rental car, company car).

Government POCs:

Ms. Ashley Arnold
Email: Ashley.A.Arnold.civ@usace.army.mil

Mr. Sungmin Sonny Kim

Email: Sungmin.Kim.civ@usace.army.mil

Additional Requirements for Non-Base Access Holders:

Participants interested in attending the site visit who do not possess a base pass must contact the above point of contact to arrange for a one-day base pass. A list containing the below information must be submitted to the point of contact mentioned above by 22 April 2021, JST.

  1. Full name (Japanese and English)
  2. ii. Company name
  3. Permanent domicile (Honseki-chi) or nationality (if not Japanese)
  4. Present address
  5. Vehicle type and license plate number
  6. Valid picture identification is required for entry into Yokota Air Base. Passport, Driver's License are considered valid picture identification. If driver's license is presented as ID, submit Resident Certificate (Jumin-hyo with permanent address ) issued within 3 months
  7. A maximum of one (1) vehicle pass will be allowed for each company. For a vehicle pass, the following documents are necessary:
  • Vehicle Inspection Certificate (original).
  • Mandatory Automobile Liability Insurance Deed (original deed).
  • Voluntary Insurance Deed (original deed).
  • Note: In case of a rent-a-car, individual vehicles are covered by rent-a-car company's group insurance. Thus, no individual deeds are issued. In this case, a copy of group insurance deed is necessary.

No photographs are allowed on base except at the project site.

******************************************************************************

SYSTEM FOR AWARD MANAGEMENT (SAM). 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. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. Information on registration and annual confirmation requirements may be found at http://www.sam.gov.

OFFEROR ELIGIBILITY. 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. In addition, prior to award of the contracts, offerors must 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. 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.

CONTRACTOR APPLICATIONS. Firms which have not submitted Contractor Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: https://www.poj.usace.army.mil/Business-With-Us/ to download the Contractor Application. Such firms shall be required to complete the aforementioned application and submit original documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a Local Source. Interested Joint Venture (JV) partners who have individually submitted a Contractor Application previously are not required to submit a single, JV Contractor Application.

Posted: April 5, 2021, 4:52 a.m. EDT

Overview

Response Deadline
June 11, 2021, 1:00 a.m. EDT Past Due
Posted
April 5, 2021, 4:52 a.m. EDT (updated: April 5, 2021, 7:29 p.m. EDT)
Set Aside
Local Area Set-Aside (LAS)
Place of Performance
Japan
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Average
Odds of Award
82%
Signs of Shaping
65% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 4/5/21 USACE Japan District issued Presolicitation W912HV21R0006 for Asia Pacific Stability Initiative (APSI) – Fuel Receipt and Distribution Upgrades Yokota due 6/11/21. The opportunity was issued with a Local Area Set-Aside (LAS) set aside with NAICS 237120 (SBA Size Standard $45 Million) and PSC Y1NA.
Primary Contact
Name
Jennifer H. Knutson   Profile
Phone
(315) 263-8839

Secondary Contact

Name
Tristin N. Suetsugu   Profile
Phone
(046) 407-3398

Documents

Posted documents for Presolicitation W912HV21R0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV21R0006

Award Notifications

Agency published notification of awards for Presolicitation W912HV21R0006

Contract Awards

Prime contracts awarded through Presolicitation W912HV21R0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV21R0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV21R0006

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
April 5, 2021
Last Updated By
jennifer.h.knutson.civ@usace.army.mil
Archive Date
March 30, 2022