Search Contract Opportunities

Construct District Superintendent’s Office facility   3

ID: W912HV-22-B-0011 • 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

The U.S. Army Corps of Engineers, Japan District (POJ) is providing a 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: Replace Pacific East District Superintendent Office (DSO)

Project Location: Yokota AB, Japan

Project FSC: Y1AA Construction of Office Buildings

Project NAICS: 236220 Commercial and Institutional Building Construction

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

Project Description:

Construct a DSO facility which will consist of a two-story 1,923-square-meter administrative building with functional areas containing staff private offices, staff open offices, conference rooms, storage, secure room, large training with a partition to divide into two spaces, logistics storage, production suite, information technology workbench, staff lounge, and other required areas for a fully functional administrative office. New construction work for the two-story building as a permanent building will consist of reinforced concrete foundation and steel moment frame structure with autoclaved lightweight aerated concrete exterior panel. Non-load bearing interior walls will consist of light-gauge steel construction. The project includes related infrastructure such as water, sewer, electric, and telecommunications comprising telephone, local area network, and provisions for interior wireless access, connection to high temperature hot water provided by the central plant on base, fire protection and alarm systems. Site work includes site preparation such as soil stabilization under shallow footings and site improvements such as signage, fencing, paving, sidewalks, landscaping, canopies, exterior lighting, storm water management, resurfacing and restriping of existing parking areas, trash dumpster enclosure, and external AT/FP. Demolition includes approximately 5,000 SF of existing facilities. Hazardous material mitigation will be required for the buildings to be demolished. Asbestos containing materials and lead based paint are present in the existing facilities. U.S. Federal and Japanese Environmental Laws and Regulations shall be followed. Facilities will be designed to provide cyber security engineering and validation as specified in DoD Unified Facilities Criteria.

The government anticipates the Period of Performance will be approximately 730 calendar days.

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 early June 2022. The solicitation when issued, will identify the site visit date, RFI and bid submission due date. 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 bidder 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 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 at the time a bid 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.

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

Primary:

Charles Qi

Contract Specialist

046-263-4823

Charles.Qi.civ@usace.army.mil

Alternate:

Jennifer H. Knutson

Contracting Officer

046-407-8839

Jennifer.H.Knutson.civ@usace.army.mil

Overview

Response Deadline
May 31, 2022, 10:59 a.m. EDT Past Due
Posted
May 11, 2022, 4:12 a.m. EDT
Set Aside
None
Place of Performance
Yokota Air Base JPN
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Odds of Award
82%
On 5/11/22 USACE Japan District issued Presolicitation W912HV-22-B-0011 for Construct District Superintendent’s Office facility due 5/31/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1AA.
Primary Contact
Name
Charles Qi   Profile
Phone
(046) 407-4823

Secondary Contact

Name
Jennifer H. Knutson   Profile
Phone
(046) 407-8839

Documents

Posted documents for Presolicitation W912HV-22-B-0011

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV-22-B-0011

Award Notifications

Agency published notification of awards for Presolicitation W912HV-22-B-0011

Contract Awards

Prime contracts awarded through Presolicitation W912HV-22-B-0011

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV-22-B-0011

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV-22-B-0011

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 11, 2022
Last Updated By
charles.l.qi.civ@usace.army.mil
Archive Date
May 11, 2022