Search Contract Opportunities

Construction of AFSOC Three-Bay Aircraft Hangar / AMU   3

ID: W912HV22B0001 • Type: Presolicitation • Match:  90%
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 PRESOLICITATION notice pursuant to FAR 36.213-2. This is not a solicitation.

PROJECT INFORMATION: Project Title: FY22 AFSOC103007 Three-Bay Aircraft Hangar / AMU, Yokota AB.

Project Location: Yokota Air Base, Japan

Project FSC: Y1BZ Construction of Other Airfield Structures

Project NAICS: 236220 - Commercial and Institutional Building Construction

Project Magnitude: Between 2,500,000,000 and 10,000,000,000 Japanese YEN

Project Description: The Hangar/Aircraft maintenance unit (AMU) Facility will be located at Yokota Air Base. This project will consist of the construction of 7,013 SM Hangar/AMU Facility that includes three bay aircraft hangar with concrete foundation and floor slab, steel framed structures, deep trusses, metal deck roofing, bridge cranes, motorized hangar doors and tracks, fire alarm panels, fire suppression system and all necessary support. Aircraft maintenance unit (AMU) is a combination of one and two-story concrete-framed structures. The AMU requires such areas as administrative, tool room, supply/bench stock area, storage, shop areas, emergency shower and eyewash stations, locker areas with shower, and break area. Supporting facilities include utilities, pavements, site improvements, communications, parking lots and all other necessary support. Hangar access airfield pavements include clear, excavate, place base material and concrete pavement, asphalt shoulder, airfield markings, storm water retention, storm drainage, lighting and all other necessary support and be integrated into the existing AFSOC103022 airfield apron.

Project AFSOC103022 Airfield Apron provides all primary and secondary roadways, utilities, site improvements, communications, and mitigation for possible dud munitions for site preparation. Coordination with other Contractors, US Government and Installation will be necessary. Partnering with US Government and Contractors will be required. All work carried out is to comply with current Base, Air Force, and Host Nation standards.

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:

Procurement Method: The Government will issue an Invitation for Bids (IFB) Solicitation.

The Governments anticipates issuing the solicitation in October of Fiscal Year 2022. The solicitation when issued, will identify the bid submission instructions. All solicitation documents, drawings, and specifications will be posted on SAM.Gov when issued. It is the responsibility of interested vendors to monitor SAM.Gov for issuance of the solicitation and/or amendments.

The Government intends to award a firm-fixed-price construction contract as a result of the IFB.

SITE VISIT

An organized site visit is projected for--

1. Date and Time: Wednesday, 17 November 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:

All contractors, regardless of pass status, will be escorted to and from the project site from the current contractor controlled gate 10 on the NE side of the base as depicted in the site map.

3. Participants interested in attending the organized site visit shall email the Government POCs listed below by November 9, 2021. 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). All attendees shall wear a face mask. All participants, regardless of pass status must complete the Yokota Visitor Request excel spread sheet and return to the below POCs.

Government POCs:

CPT William Mengon

Email: William.A.Mengon.mil@usace.army.mil

Ms. Mo Bak

Email: Maureen.R.Bak.civ@usace.army.mil

Mr. Ryan Marzetta

Email: Ryan.J.Marzetta.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 9 November 2021, 1600 JST.

a. Valid picture identification is required for entry into Yokota Air Base and the project site. 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.

b. A maximum of one (1) vehicle pass will be allowed for each company. For a vehicle pass, the following documents are necessary:

i. Vehicle Inspection Certificate (original).

ii. Mandatory Automobile Liability Insurance Deed (original deed).

iii. Voluntary Insurance Deed (original deed).

iv. 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.

4. Please note that the project site is located on an active construction site. Participants attending the site visit will be required to wear PPE -hard hat, steel toed boots and a safety vest.

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

(c) A virtual telephonic pre-bid conference is projected for-

Date and Time: Tuesday, November 16, 2021 at 10:00 AM (JST).

Those who wish to attend shall send a notification by November 9, 2021 to the POCs identified in paragraph 3 above with a list of names that will call into this virtual telephonic pre-bid conference. Upon receipt of the notification, instructions and the call-in number will be provided.

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

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

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.

Overview

Response Deadline
Oct. 31, 2021, 1:00 a.m. EDT Past Due
Posted
Oct. 13, 2021, 7:59 p.m. EDT
Set Aside
None
Place of Performance
Japan
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 10/13/21 USACE Japan District issued Presolicitation W912HV22B0001 for Construction of AFSOC Three-Bay Aircraft Hangar / AMU due 10/31/21. The opportunity was issued full & open with NAICS 236220 and PSC Y1BZ.
Primary Contact
Name
Ryan Marzetta   Profile
Phone
0464078725 / 3152638725

Secondary Contact

Name
Jennifer H. Knutson   Profile
Phone
0464078839 / 3152638839

Documents

Posted documents for Presolicitation W912HV22B0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV22B0001

Award Notifications

Agency published notification of awards for Presolicitation W912HV22B0001

Contract Awards

Prime contracts awarded through Presolicitation W912HV22B0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV22B0001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV22B0001

Experts for Construction of AFSOC Three-Bay Aircraft Hangar / AMU

Recommended subject matter experts available for hire

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
Nov. 15, 2021
Last Updated By
ryan.j.marzetta.civ@usace.army.mil
Archive Date
Nov. 15, 2021