FY20 Improve Family Housing, Phase 8A (12 Units)
INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for an upcoming housing renovation project. This announcement represents a market survey that is inte... INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for an upcoming housing renovation project. 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). SYSTEM FOR AWARD MANAGEMENT (SAM): All interested companies shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov Effective 29 April 2018, a notarized letter is required to be sent to the Federal Service Desk (FSD) on all CURRENT registrants at System for Award Management (SAM) who have a requirement to update data on their SAM record. The notarized letter is mandatory and is required before the FSD will activate the entity's registration. Instructions concerning this procedure can be accessed from the FAQ link at the SAM website https://www.sam.gov. See attachment, "SAM Header" for the screenshot showing where the FAQ link is. The FAQ link will take you to the FSD website. According to the instructions, international entities are required to send, in addition to the original notarized letter, a scanned copy to the FSD. Submit a service ticket (use the Web Form) at the FSD website https://www.fsd.gov to send a scanned copy. Entities will need to create an account at the FSD website in order to utilize the Web Form. 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 Title: FY20 Improve Family Housing, Phase 8A (12 Units) Project Location: Yokota Air Base Project NAICS: 236118, Residential Remodelers - Addition, Alteration and Renovation (i.e. construction) multifamily building. Project Product Service Code: Y1FA, Construction of Family Housing Units Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 (Japanese Yen) (Utilizing a rate of: 111.1542 Yen to 1 U.S. Dollar) Project Description: Design-Build. Provide whole house interior and exterior modernization, renovation, and repair of 12 two-story multiplex housing units at buildings 3281 and 3284, Yokota Air Base (3GAW, E9, 3BR). Work includes but not limited to, providing all labor, materials, transportation, and performing all work necessary for the improvements of the family housing units to meet current codes and standards. Modernizing finishes in kitchen, bathrooms, living room, bedrooms and family rooms, replace windows and doors, replace domestic water and sanitary plumbing, bring unit up to LHS code by installing hard wired smoke alarms and fire sprinklers. Replace mechanical systems to provide energy efficient heating and cooling and electrical upgrades to meet code to provide safe and adequate housing. Construct addition to expand existing floorplan to provide a family room and secondary dining space consistent with the Air Force family housing design guide standards. Reconstruct exterior storage space as needed. Include demolition, disposal, hazardous material abatement and other site work necessary to provide a complete and usable facility. The overall facility improvement shall be permanent and designed to meet the current base design standards, AF Family Housing Design Guide and shall be in accordance with UFC 4-711-01 Family Housing, UFC 3-600-01 "Fire Protection Requirement" and other latest applicable DoD Unified Facilities Criteria. PROCUREMENT METHOD: POJ has not finalized on an acquisition method. However, the Government may potentially solicit this project as a Two Phase Design-Build Request for Proposal in accordance with FAR Subpart 36.3 and FAR Part 15. 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: Interested sources are requested to provide the following information: 1. Company Name, Address, DUNS Number, and CAGE code 2. Point of Contact (POC) Name, Telephone Number, and Email Address 3. Describe your firm's capability and experience in Design-Build housing renovation projects relative to the work described in the above Project Description. 4. Provide a list of relevant or similar projects Design-Build projects (Government and commercial customers) completed in the past 7 years. a) Contract Number (if applicable) b) Project Title c) Project Scope/Description/Location d) Project Magnitude (contract amount) in Japanese Yen e) Date Completed or Percent Complete f) Your Role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) 5. Describe your firm's level of interest relative to all aspects of the work and your interested role (Prime Contractor or Subcontractor). 6. Identify your current construction bonding capability: a) Single Contract Amount b) Aggregate Maximum Contract Amount c) Name of Surety 7. Comments, suggestions, concerns, or information that will increase your level of interest and participation in this project. 8. Please send your responses via e-mail to the following individuals no later than 2 September 2019, Japan Standard Time. Jennifer.H.Knutson.civ@usace.army.mil Norman.G.Mackie.civ@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »