Search Contract Opportunities

Repair Building 163-11, Sagami General Depot, Japan   4

ID: W912HV-21-B-0006 • Type: Presolicitation

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: Repair Building 163-11

Project Location: Sagamihara General Depot, Japan

Project FSC: Z2GZ, Repair or Alteration of Other Warehouse Buildings

Project NAICS: 236220 Commercial and Institutional Building Construction

Project Magnitude: Between 100,000,000 and 500,000,000 (Japanese YEN)

Project Description:

This project is to repair building 163-11 Sagami General Depot. The repair shall include, but is not limited to the following:

  • CIVIL: Work includes removal of existing asphalt pavement, existing sod area and disconnection of existing fire protection line to accommodate installation of new fire protection line.
  • ARCHITECT: Work includes the provision of new metal roofing, Roof flashing, eaves gutters and down spouts, replacement of existing roll-up door, partial removal and restoration of existing concrete wall for installation of the new roll-up door guide rails, replacement of existing steel doors and frames including accessories, replacement of existing wall louvers with stainless steel screen, repair of existing cracks, flakes and spalled on existing concrete surfaces, repair of exposed reinforcing bars on concrete surfaces, repair of spalled concrete floor slab and refinishing with hardener coating throughout the floor area, replacement of joint sealant on the wall and floor surfaces, replacement of the existing concrete pad for electrical panel, repainting of existing and painting of new surfaces, removal and disposal of asbestos containing materials and other incidental related miscellaneous items.
  • STRUCTURAL: Work includes the replacement of the existing damaged steel girder, provision of new steel beams, purlins and cross bracing as indicated on the drawings, reinforcement of existing minor damaged roof structure such as steel girders, purlins, cross bracing as necessary and other related incidental miscellaneous items.
  • MECHANICAL: Work includes the replacement of three (3) existing roof mounted exhaust fans with screen, replacement of one (1) existing and providing one (1) new emergency shower/eyewash station will have tepid water supply and drain, provision of new exterior hose bibb similar to the existing and other incidental related miscellaneous items.
  • ELECTRICAL: Work includes removal of existing electrical items and replacement with new surface mounted conduits, boxes for miscellaneous outlets such as light switches, exit lights and miscellaneous outlets, installation of new interior lighting fixtures, replacement of service entrance conductors, provision of new electrical panel, installation of two exterior lighting fixtures on existing steel brackets, replacement of exiting photocell switch sensor and other incidental related miscellaneous items.
  • COMMUNICATION: Work includes the installation of new telephone cabinet, provision of new telephone and ground conductors, cleaning of the existing conduits between pull box and outside manhole and other incidental related miscellaneous items.
  • FIRE PROTECTION: Work includes the installation of new wet pipe sprinkler system with heating requirement only for the riser piping from the slab to dry valve and other incidental related miscellaneous items as required.

The government anticipates the Period of Performance will be approximately 15 months.

SOLICITATION INFORMATION:

  1. Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation.
  2. The Governments anticipates issuing the solicitation by early May 2021. The solicitation when issued, will identify the site visit date, RFI and bid submission due date. All solicitation documents, drawings, and specifications will be posted on beta.SAM.Gov when issued. It is the responsibility of interested vendors to monitor Beta.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 this IFB no later than 30 September 2021.
  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.
  5. Only local sources will be considered under this solicitation. No small business set-aside. 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 company 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.
  6. Additionally, prior to award of the contract, interested vendors 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.
  7. CONTRACTOR APPLICATION. If this is your first time seeking business opportunities with the Japan Engineer District or you need to update your company information and brochure file, please complete the Contractor Application form and submit it with the required attachments to: U.S. Army Corps of Engineers, Japan Engineer District, Bldg. 250, Room 147 Camp Zama, Zama-shi, Kanagawa-ken, Japan 252-8511, along with your first bid/proposal to Japan Engineer District, prior to submitting your Sealed Bid. Such firms shall be required to complete the aforementioned application and submit the requisite documents indicating they are registered with the Government of Japan and in possession of the necessary Certificate of Construction License in order to perform construction work in Japan. Please refer to the Contractor Application form at https://www.poj.usace.army.mil/Business-With-Us/ for additional details and requirements.

NOTE: Draft plans and specifications are being provided FOR INFORMATIONAL PURPOSE ONLY. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT.

An organized site visit has been scheduled for May 24, 2021, 10:00 AM, Japan Standard Time.

Participants will meet at-- Sagami General Depot Parking lot of Gate Pass Office BLDG 141-T14 (Please contact POC for map)

Point of Contact (POC):

Mr. Haruo Fukamachi

Phone: 080-5059-9645/042 869-4579

Email: haruo.fukamachi.ln@usace.army.mil

Interested bidders need to email their temporary pass requests to Mr. Fukamachi not later than May 17, 2021, 1600 hours, Japan Time. Three (3) participants allowed for each prospective bidder.

NOTE: The Government will not provide transportation to the site; therefore, prospective bidders shall supply their own personnel vehicles. Commercial vehicles (taxis) will not be allowed access on base. Prospective bidders interested in attending the site visit (including prospective bidders who already possess a base pass) shall e-mail ONE TIME / MULTIPLE ACCESS ROSTER (USAG-J Form 1529) - please contact POC) to the Point of Contact listed above, no later than 17 May 2021, 1600 HOURS.

The following information in Block 3 of ONE TIME / MULTIPLE ACCESS ROSTER shall be filled in by the prospective bidders. (Please contact POC for ONE TIME / MULTIPLE ACCESS ROSTER (USAG-J Form 1529).

NATIONALITY - Nationality of individual

FULL NAME - Name of individual, both in English and Japanese

ADDRESS & TELEPHONE - Home address and cellular telephone no. of individual, in English

VEHICLE PLATE NO. - Vehicle plate no. of driver's vehicle (in case of a rent-a-car, the rental agency can give you this number more than 11 days in advance) in addition, prospective bidders shall include the following information in their e-mail to the Point of Contact listed above.

Company Name

Company Address

Company Telephone Number

E-mail Address of Point of Contact

Please bring a Government issued picture ID (Valid Driver's License with Japanese Police issued 8-digit code, or Passport) needed to verify citizenship, and all vehicle paperwork to access the base. Passes will not be issued without the proper vehicle paperwork.

Please also e-mail the following documents in PDF file with USAG-J Form 1529-R-E ONE TIME / MULTIPLE ACCESS ROSTER:

a. Picture ID (Valid Driver's License or Passport)

b. Vehicle Registration (Shakenshou)

c. Japanese Compulsory Vehicle Insurance (Jibaiseki Insurance)

d. Property

Additional Information:

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:

Norman Roldan

046-407-8836

Norman.roldan.civ@usace.army.mil

Alternate:

Ms Jennifer Knutson

046-407-8839

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

Overview

Response Deadline
May 15, 2021, 1:00 a.m. EDT Past Due
Posted
April 22, 2021, 11:40 p.m. EDT
Set Aside
None
Place of Performance
Japan
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
82%
On 4/22/21 USACE Japan District issued Presolicitation W912HV-21-B-0006 for Repair Building 163-11, Sagami General Depot, Japan due 5/15/21. The opportunity was issued full & open with NAICS 236220 and PSC Z2GZ.
Primary Contact
Name
Norman Roldan   Profile
Phone
(046) 407-8836

Secondary Contact

Name
Jennifer H. Knutson   Profile
Phone
(315) 263-8839

Documents

Posted documents for Presolicitation W912HV-21-B-0006

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W912HV-21-B-0006

Award Notifications

Agency published notification of awards for Presolicitation W912HV-21-B-0006

Contract Awards

Prime contracts awarded through Presolicitation W912HV-21-B-0006

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912HV-21-B-0006

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912HV-21-B-0006

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 20, 2021
Last Updated By
norman.roldan.civ@usace.army.mil
Archive Date
May 20, 2021