JNCO Housing, Misawa AB
W912HV-19-Z-0010 SOURCES SOUGHT MARKET SURVEY INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for two upcoming Design-Bid -Build (DBB) projects. This... W912HV-19-Z-0010 SOURCES SOUGHT MARKET SURVEY INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for two upcoming Design-Bid -Build (DBB) projects. This announcement represents a market survey that is intended for preliminary planning purposes only. This purpose of this notice is to identify sources capable of performing this project and to receive responses from those firms to assist the Government's acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. This is NOT a solicitation. The Government will not pay for any information provided as a result of this market survey. This market survey and any solicitations pursued are intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. Firms interested and capable of performing this work are highly encouraged to submit a response (submission requirements are located within this notice). All interested companies shall be registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. LOCAL SOURCES - BIDDERS MAILING LIST APPLICATIONS. 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: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx 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 bid/proposal submission to allow POJ to verify your company as a "Local Source." ------------------------------------------------------------------------------------------------- PROJECT 1: Project Title: FY18 QKKA184014 - REPAIR MFH JNCO B290, B294, B297, B299, B723, B724 (6 BLDGS, 24 UNITS) Project Location: Misawa Air Base, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 (Japanese Yen) (Utilizing a rate of: 111.3365 Yen to 1 U.S. Dollar) Project Description: This project repairs housing that was constructed in 1993 and is required to maintain adequate housing for military members and their dependents. The housing must be upgraded to meet current life/safety codes, building code and AF standards to provide modern, comfortable and energy efficient living environment comparable to the off-base civilian community in the United State. Repairs will include energy efficient weatherization, modernization to kitchen, living room, bedrooms and bath(s) addressing interior authorizations to include dehumidification and air condition by replacing existing heaters with a complete HVAC (heating, cooling) system. Air condition is required to comply with UFC 03-410-01FA. The heat pump system will include air handling unit capable of performing heating, cooling, and dehumidifying functions equipped with wall or ceiling mount units, ducting, electrical and controls. Each heat pump should be sized to provide adequate heat during winter months. Smoke detectors will be upgraded per regulatory codes. Cable, internet and telephone lines will be repaired as requited. All repairs will be made in accordance with 2016 Housing Community Profile (HCP) and Air Force Family Housing Design Guide. Roof insulation, energy efficient windows and doors are required to provide more energy efficient units and decrease further utility costs in the winter months. Project provides general interior and exterior Extended Change of Occupancy Maintenance (ECOM) to twenty (20) - three bedroom Junior Non-Commissioned Office (JNCO) homes and four (4) - 2 bedroom JNCO homes. Includes utility upgrades to meet current standards. Repair by replacement, upgrades to kitchen, bathrooms, and floor coverings. Install patio coverings. Repair, by replacement, air source heat windows, doors and frames to each unit for maximum energy efficiency. Project will repair, by replacement, all interior and exterior painting, lighting, smoke detectors, floor coverings, appliances roof/insulation repair/replacement, building exterior façade, force protection measures, handicap accessibility, site improvement, additional storage, parking for residents/guests and landscaping. Project provides energy management control system (EMCS) for integration with the Misawa AB EMCS system. Project will abate asbestos, lead-based paint, arsenic gypsum board and other hazardous materials encountered and provide all necessary related work for a complete and usable home/unit. ------------------------------------------------------------------------------------------------- PROJECT 2: Project Title: FY19 QKKA184008 REPAIR FAMILY HOUSING, TOWER B117 (68 UNITS) Project Location: Misawa Air Base, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (Japanese Yen) (Utilizing a rate of: 111.5938 Yen to 1 U.S. Dollar) Project Description: Based on a base-wide initiative to reduce overall energy usage and energy costs, especially steam production for heating use, the current steam-sourced domestic hot water system must be replaced with an energy efficient electric sourced heat pump system. Boiler operations will be reduced by more than half. Repaired housing will provide energy efficient weatherization, a modern kitchen, living room, bedroom and bath addressing interior authorizations to include dehumidification and air conditioning by replacing existing heaters with a complete HVAC (heating, ventilation and cooling). Smoke detectors will be upgraded per regulatory codes. Cable, internet and telephone lines will be repaired as required. Common areas will be modernized IAW the 2016 Housing Community Profile (HCP). All repairs will be made in accordance with the 2016 Housing Community Profile and Air Force Family Housing Design Guide. This project repairs housing that was constructed in 1995. Air conditioning is required to comply with UFC 03-410-01 FA The heat pump system will include air handling units capable of performing heating, cooling, and dehumidifying functions equipped with wall or ceiling mount units, ducting, electrical and controls. Each heat pump will be sized to provide adequate heat during winter months. Roof repair, energy efficient windows and doors are required to provide energy efficiencies and decrease further utility costs in the winter months. Project provides general interior and exterior Extended Change of Occupancy Maintenance (ECOM) to sixty-eight (68) three bedroom Junior Non-Commissioned Officer (JNCO) homes and common areas: corridors, janitor closets, restrooms, trash rooms, mechanical rooms, and recreation rooms. Includes utility upgrades to meet current standards. Repair, by replacement, upgrades to kitchens, bathrooms, and floor coverings. Repair, by replacement, air source heat pumps in each unit to provide heating, cooling and dehumidification. Install smart meter to record data/usage; connect to energy management control system (EMCS) for integration with the Misawa AB EMCS system. Add reinforced elastomeric roof coating. Project will repair-by-replacement existing steam-sourced domestic hot water (DHW) with energy efficient electric sourced heat pump hot water system. Project will repair, by replacement, windows, doors and frames in common areas and to each unit for maximum energy efficiency. Project will repair, by replacement, all interior and exterior painting, lighting, smoke detectors, floor coverings, appliances, building exterior ramps, hand rails, guard rails, anti-terrorism protection measures, handicap accessibility, site improvement, additional storage, parking for residents/guests and landscaping. Project will address any fire safety deficiencies. Project will abate asbestos, lead-based paint, arsenic gypsum board and other hazardous materials as encountered. Project will provide all related civil, architectural, structural, mechanical, electrical and environmental work necessary for complete and usable units/building. Project is programmed in accordance with the latest Housing Community Profile. ------------------------------------------------------------------------------------------------- PROCUREMENT METHOD: POJ intends to solicit each project separately as an Invitation for Bid (IFB). However, the Government is still considering all procurement methods and may consider combining both projects into one acquisition. Results of this sources sought will assist the Government in determining the most appropriate procurement method. Any solicitations pursued will be intended for local sources only. See information in the Introduction section of this announcement regarding local sources. SUBMISSION REQUIREMENTS: In order to adequately plan for the procurement of these projects, the Government requests the following information from interested firms: 1. Company name, address, phone number, email, CAGE code and point of contact (POC) name. 2 Describe your firm's capability and experience relative to the work described in the above Project Descriptions, including information on comparable projects (for government or commercial customers) completed in the past 5 years. 3. Would the combining of both projects effect your interest or ability to perform this requirement? 4. Is the intended IFB procurement method a concern? 5. Describe your firm's level of interest relative to all aspects of the work and if your interest is to perform as a Prime Contractor or Subcontractor. 6. Identify your current construction bonding levels: a) Per contract b) Aggregate contract bonding level 7. Any comments, suggestions, or information that will increase your level of interest and participation in this project. 8. Please send your responses via e-mail to Jennifer.H.Knutson.civ@usace.army.mil and Norman.G.Mackie.civ@usace.army.mil no later than 11 March 2019, Japan Standard Time (JST). The information provided will be used within the U.S. Army Corps of Engineers to facilitate decision making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this RFI should consult 41 C.F.R. part 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of the U.S. Army Corps of Engineers and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. 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
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »