Posted: Nov. 30, 2022, 2:38 a.m. EST
The U.S. Army Corps of Engineers, Japan District (POJ) is providing an update to the PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Invitation for Bid (IFB). This is not a solicitation.
PROJECT INFORMATION
Project Title: C-130J Corrosion Control Hangar
Project Location: Yokota Air Base, Japan
Project NAICS: 236220 Commercial and Institutional Building Construction
Project Magnitude: Between 2,500,000,000 and 10,000,000,000 (Japanese YEN)
Anticipated Construction Performance Period: 820 calendar days
Project Description:
Construct corrosion control facility consisting of reinforced concrete foundation, steel structure, reinforced concrete walls, sloping roof, sliding metal doors and fire protection systems. The facility must also be able to withstand wind loads and seismic effects as prescribed in applicable codes and design guides. Demolish one building containing a total of 3,345SM. The facility will include an aircraft restorations bay, preparation and drying areas, abrasive blasting rooms, paint booths for mixing and/or applying paint, curing, tool storage, lockers, administrative support functions tool storage, eye washing systems, electrical, mechanical, water, communication, fire suppression/detection, air conditioning system with humidity environmental controls, utilities, pavements, associated site improvements, archeological monitoring and all necessary supporting facilities.
SOLICITATION INFORMATION:
1. Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation.
2. The Government anticipates issuing the solicitation no later than December 5, 2022. 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 PIEE 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.
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 ELIGIBILITY.
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. Bidders 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.
52.236-27 SITE VISIT (CONSTRUCTION) (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) A virtual telephonic pre-bid conference has been scheduled for
1. Date and Time: Friday, 16 December 2022 at 09:00 AM, Japan Standard Time (JST).
2. Those who wish to attend the pre-bid conference shall send a notification no later than 12 December 2022 to the POCs identified below with the following information: Company Name, Name, Email Address. Upon receipt of the notification, instructions will be provided before 14 December 2022.
3. The pre-bid conference will be conducted telephonically ONLY through Webex Audio. A Webex line has been established for anyone who is interested in attending. The access information is shown below:
Meeting number (access code): 2763 601 4100
Meeting password: hYTd8yb6D@3
Join from the meeting link
https://usace1.webex.com/usace1/j.php?MTID=m0176cae99c62b94fe03e5c6053b6f922
Join by phone
US Toll Free +1-844-800-2712
US Toll +1-669-234-1177
Japan Toll +0363628133
Japan Toll Free +0066-33-830705
Japan Toll Free +00531-11-0475
Japan Toll Free +0034-800-600355
Join from a video system or application
Dial 27636014100@usace1.webex.com
You can also dial 207.182.190.20 and enter your meeting number.
Pre-bid Conference Point of Contacts:
Mr. Charles Qi, Email: Charles.L.Qi@usace.army.mil
Ms. Nakiba Jackson, Email: Nakiba.S.Jackson@usace.army.mil
(c) An organized site visit has been scheduled for
1. Date and Time: Monday, December 19, 2022 at 10:00 AM, Japan Standard Time (JST) Meet Time & Location: 09:45 AM, JST at Pass and Registration, Bldg. 993.
2. Those who wish to attend the site visit shall send a notification no later than Tuesday, December 13, 2022, JST, to the POCs identified below with the following information: Company Name, Name, Email Address, Phone Number, if Base Escort Required (Yes / No) .
If Base Escort is required, participants shall also complete both tabs (blue and green) of the attached excel form Yokota Contractor Pass Request and include the required documents identified on the third tab of the excel form and submit with your request.
Site Visit Point of Contacts:
Cpt. William Mengon, Email: William.A.Mengon@usace.army.mil
Courtesy Copy:
Mr. Charles Qi, Email: Charles.L.Qi@usace.army.mil
3. 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
(End of provision)
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