Search Contract Opportunities

P-039 Ship Handling & Combat Training Facilities, CFA Yokosuka   3

ID: W912HV23R0006 • 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 solicitation. This is not a solicitation.

PROJECT INFORMATION

Project Title: FY22 MCN P-039 Ship Handling & Combat Training Facilities, CFA Yokosuka

Project Location: CFA Yokosuka, Japan

Project NAICS Code : 236220 Commercial and Industrial Building Construction

Project PSC Code: Y1EZ Construction of Other Industrial Buildings

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

Project Description:

The project scope requires the construction of a multi-story, reinforced concrete building with auger cast pile foundation as a structurally independent facility directly adjacent to Building 1997. The new facility will include high-bay space for Integrated Navigation, Seamanship and Ship handling Trainers (NSST-4 & NSST-5); space for a Combined Integrated Air and Missile Defense (IAMD) and Antisubmarine Warfare (ASW) Trainer (CIAT); space for a Radar Navigation (NSST-6, RADNAV) trainer; space for a Multi- Purpose Reconfigurable Training System (MRTS); and support areas including administrative office space, briefing room, storage room, restrooms, quarterdeck, server room, and utility rooms. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Antiterrorism (AT) features and comply with applicable service and Geographic Combatant Commander policies and directive per UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The AT line item includes standard antiterrorism measures such as mass notification systems, emergency shutoffs for ventilation systems, laminated glazing, and emergency lighting and signage.

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 Government anticipates issuing the solicitation no later than end of April 2023. The solicitation when issued, will identify the site visit date, RFI and proposal submission due date. It is the responsibility of interested vendors to monitor 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.
  4. 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. See FAR 52.204-7.
  5. Only local sources will be considered under this solicitation. 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.
  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. ELECTRONIC PROPOSAL SUBMISSION 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: PIEE Training - Vendor Registration | PIEE (eb.mil)

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

Overview

Response Deadline
April 30, 2023, 1:00 a.m. EDT Past Due
Posted
March 31, 2023, 3:16 a.m. EDT
Set Aside
None
Place of Performance
CFA Yokosuka JPN
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%
On 3/31/23 USACE Japan District issued Presolicitation W912HV23R0006 for P-039 Ship Handling & Combat Training Facilities, CFA Yokosuka due 4/30/23. The opportunity was issued full & open with NAICS 236220 and PSC Y1EZ.
Primary Contact
Name
Ryan Marzetta   Profile
Phone
04640787253152638725

Secondary Contact

Name
Jennifer Knutson   Profile
Phone
(046) 407-8839

Documents

Posted documents for Presolicitation W912HV23R0006

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV23R0006

Award Notifications

Agency published notification of awards for Presolicitation W912HV23R0006

Contract Awards

Prime contracts awarded through Presolicitation W912HV23R0006

Incumbent or Similar Awards

Contracts Similar to Presolicitation W912HV23R0006

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV23R0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV23R0006

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 15, 2023
Last Updated By
jennifer.h.knutson.civ@usace.army.mil
Archive Date
May 16, 2023