Search Contract Opportunities

PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, Japan   3

ID: W912HV-22-R-0003 • Type: Solicitation
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 18, 2022, 9:48 p.m. EDT

*Amendment 0004 has been issued on 19 April, 2022. Refers to the attachment below.

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

*Amendment 0003 has been issued on 25 March, 2022. Refers to the attachments below.

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

*Amendment 0002 has been issued on 28 January, 2022. Refers to the attachment below.

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

22 Nov 2021 - Provide Pre-Proposal Conference Presentation Slides and Site Visit (22 Nov 2021) & Pre-Proposal Conference (19 Nov 2021) Attendee List.

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

*Amendment 0001 has been issued on 17 November, 2021. Refers to attachments below.

PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, Japan. Please note submission date and submission requirements to attend telephonic preproposal conference and site visit. Please submit all questions through Bidder Inquiry System, see solicitation for details

NOTICE: The Government anticipates a forthcoming amendment will be issued before the site visit to separate the "Field House" as an option contract line item number (CLIN).

PROJECT INFORMATION

Project Title: PA00109 DoDEA Replace Kinnick High School

Project Location: , Commander Fleet Activities (CFA), Yokosuka, Japan

North American Industry Classification System (NAICS) Code: 236220, Commercial and Institutional Building Construction

Project Magnitude: 10,000,000,000 and 25,000,000,000 (Japanese Yen)

Project Description:

Construct a four story high school, roughly 14,700 square meters, with functional areas containing neighborhood instructional spaces, special education spaces, staff collaboration spaces, commons area, performance space, information center, physical education, art room, music room, science labs, career technical education labs, junior reserved officer's training corps, administration suite, health suite, guidance counseling suite, special education suite, food service, janitorial workroom, maintenance support, school supply/storage area, technology service center, and other required areas for a fully functioning high school. Typical construction is anticipated to consist of concrete beam and pile foundation, concrete and structural steel frame, and concrete exterior walls. Interior construction will consist of gypsum wallboard partitions, operable/movable partition walls, and reinforced concrete walls.

Construction will be sequenced. The high school building will last the entire period of performance. The Briggs bay playing fields and courts will be sequenced in three phase with the first phase starting with the award Notice to Proceed. Phase 2 will begin when Phase 1 has been accepted. Phase 3 will begin when phase 2 has been accepted and will finish by the end of the awarded performance period. Contractor will invoice and provide schedules and schedule updates for each of the four sequences of work (High School, Briggs bay Ph1, Ph2, Ph3)

The project site consists of two separate but proximate sites: the high school building site and Briggs Bay improvements site. The Briggs Bay improvements construction site is roughly 6.2 hectares and includes play courts (tennis and basketball), playfield, track and field, football/soccer field, baseball and softball fields, fencing, field house building (280 square meters), access road, dog park, and vehicle parking.

Department of Defense (DoD) and Department of Defense Education Activity (DoDEA) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development will be included in the design and construction of this project as appropriate.

This project will provide Anti-Terrorism/Force Protection (AT/FP) features, including design for progressive collapse, and comply with AT/FP regulations, and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Due to the progressive collapse design features of the high school building, the contractor is required to meet the Special Inspections requirements of the contract during construction of the building.

Project includes the construction within the high school building of Designated Seismic Systems (DSS). DSS are those systems identified in the plans and specifications that must remain operable following a design earthquake. DSS have special requirements for certification(s) of the installed equipment of the DSS as well as Special Inspection requirements during construction.

The project site is on reclaimed land with dredged fill and the project will require deep concrete pile foundations as a special foundation feature due to the un-compacted or non-uniform nature of the underlying soils

The project includes related infrastructure such as water, sewer, steam, electrical, telephone, local area network, community access television systems, provisions for interior and campus wireless access.

The project includes site work such as signage, fencing, paving, landscaping, covered walkways, canopies, exterior lighting, site prep, site improvements, storm water, low impact development, external AT/FP, pedestrian crosswalks, outdoor play areas, athletic fields.

The project will require demolition of approximately 20,000 SF of existing facilities.

The project will require hazardous material mitigation for all buildings to be demolished, including asbestos removal. U.S. Federal and Japanese Environmental Laws and Regulations will be followed. Part of the site is on reclaimed land area with Tokyo Bay dredge fill material known as Briggs Bay. Soil contamination levels were determined to be acceptable with the implementation of risk management procedures during construction. Environmental mitigation will be required during construction to monitor, contain and remediate the soils.

Facilities will be designed in accordance with DoDEA Education Facilities Specifications, Unified Facilities Criteria, Japan Environmental Governing Standards, Standards of Seismic Safety for Federally Owned Buildings, and energy and water conservation standards.

Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facilities Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency.

The government anticipates the Period of Performance will be 47 months.

SOLICIATION INFORMATION:

  1. The proposed project will be procured using a Firm Fixed Price (FFP) contract. The Government intends to issue a competitive solicitation utilizing Lowest Priced Technically Acceptable (LPTA) source selection procedures. An offeror that obtains an Acceptable rating on all non-price factors will be technically acceptable. Award will be made to the lowest priced responsible offeror that is technically acceptable.
  2. No hard copies of this solicitation will be made available.
  3. It is incumbent upon vendors to monitor SAM for the release of the solicitation, specifications, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov.
  4. Electronic proposals will be accepted.
  5. Firms which have not submitted Bidders Mailing List 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 Bidders Mailing List Application. Such firms shall be required to complete the aforementioned application and submit 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 prior to or at the time of proposal submission.
  6. 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 specified in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all laws, decrees, labor standards, and regulations of Japan during the performance of the resultant contract. Additionally, prior to award of the contract, offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform the requisite work identified in the solicitation.
Posted: March 24, 2022, 7:45 p.m. EDT
Posted: Nov. 21, 2021, 11:28 p.m. EST
Posted: Nov. 17, 2021, 12:54 a.m. EST
Posted: Oct. 21, 2021, 7:32 p.m. EDT
Background
The project is titled PA00109 DoDEA Replace Kinnick High School and is located at Commander Fleet Activities (CFA), Yokosuka, Japan. The project involves the construction of a four-story high school building, approximately 14,700 square meters in size, with various functional areas. The construction will include concrete beam and pile foundation, concrete and structural steel frame, and concrete exterior walls.
The project also includes the construction of Briggs Bay improvements site, which consists of play courts, playfield, track and field, football/soccer field, baseball and softball fields, fencing, field house building, access road, dog park, and vehicle parking. The project will incorporate Department of Defense (DoD) and Department of Defense Education Activity (DoDEA) principles for high performance and sustainable building requirements in accordance with federal laws and Executive Orders. Anti-Terrorism/Force Protection (AT/FP) features will be included in the design to comply with AT/FP regulations. The project will also involve the construction of Designated Seismic Systems (DSS) within the high school building.
The period of performance for the project is anticipated to be 47 months.

Work Details
The work involves the construction of a four-story high school building with various functional areas including neighborhood instructional spaces, special education spaces, staff collaboration spaces, commons area, performance space, information center, physical education facilities, art room, music room, science labs, career technical education labs, junior reserved officer’s training corps facilities, administration suite, health suite, guidance counseling suite, special education suite, food service facilities, janitorial workroom, maintenance support facilities, school supply/storage area, technology service center among others. The construction will also include Briggs Bay improvements site which consists of play courts (tennis and basketball), playfield, track and field facilities among others. Additionally,
the project includes infrastructure such as water systems,
sewer systems,
steam systems among others. The project also involves demolition of existing facilities and hazardous material mitigation for all buildings to be demolished including asbestos removal. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facilities Criteria.

Period of Performance
The government anticipates the Period of Performance for the project to be 47 months.

Place of Performance
The construction projects will be performed at Commander Fleet Activities (CFA), Yokosuka, Japan.

Overview

Response Deadline
May 25, 2022, 1:00 a.m. EDT (original: April 29, 2022, 1:00 a.m. EDT) Past Due
Posted
Oct. 21, 2021, 7:32 p.m. EDT (updated: April 18, 2022, 9:48 p.m. EDT)
Set Aside
None
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
On 10/21/21 USACE Japan District issued Solicitation W912HV-22-R-0003 for PA00109 DoDEA Replace Kinnick High School, Commander Fleet Activities (CFA), Yokosuka, Japan due 5/25/22. The opportunity was issued full & open with NAICS 236220 and PSC Y1CA.
Primary Contact
Name
Jiro Miyairi   Profile
Phone
(046) 407-8837

Secondary Contact

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

Documents

Posted documents for Solicitation W912HV-22-R-0003

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation W912HV-22-R-0003

Award Notifications

Agency published notification of awards for Solicitation W912HV-22-R-0003

Contract Awards

Prime contracts awarded through Solicitation W912HV-22-R-0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation W912HV-22-R-0003

Similar Active Opportunities

Open contract opportunities similar to Solicitation W912HV-22-R-0003

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 18, 2022
Last Updated By
jiro.miyairi.ln@usace.army.mil
Archive Date
Sept. 30, 2022