Inactive
Notice ID:W912HV-20-R-0011
PRE-SOLICITATION NOTICE W912HV-20-R-0011 The U.S. Army Corps of Engineers, Japan District, Okinawa Area Office (OAO) is providing a Pre-Solicitation Notice for an upcoming Design-Build (DB) Request fo...
PRE-SOLICITATION NOTICE W912HV-20-R-0011 The U.S. Army Corps of Engineers, Japan District, Okinawa Area Office (OAO) is providing a Pre-Solicitation Notice for an upcoming Design-Build (DB) Request for Proposal (RFP). Project Title: FY20 OAO Building364 HVAC Improvements, Camp Foster, Okinawa, Japan Location: Camp Foster, Okinawa, Japan NAICS: 238220, Plumbing, Heating, and Air Conditioning Contractors PSC: Y1JZ - Construction of Miscellaneous Buildings. Project Description: This construction repair project is to perform all work necessary to sustain and improve the existing Heating, Ventilation and Air Conditioning (HVAC) at Camp Foster Building 364. The Contractor will be required to remove the existing air handling units and replace with new variable air volume air handlers; install variable air volume and constant air volume terminal units in the existing duct system; and provide all electrical, controls, and ceiling access panels for the new equipment. Camp Foster Building 364 is currently in use as the US Army Corps of Engineers, Japan District, Okinawa Area Office. The three-story building has an air handling unit (AHU) on each floor that provides air conditioning and outside air supply. The AHU’s are constant volume, chilled water units that were part of the original construction in 2002. The supply and return plenums are insulated on the interior and show signs of moisture and mold grow on the insulation surface. The HVAC was last replaced in 2015. Anticipated period of performance will be 270 days after receipt of notice to proceed. SOLICITATION INFORMATION: 1. Procurement Method: The Government will issue a Request for Proposal (RFP) solicitation. 2. The Government anticipates issuing the solicitation no later than June 2020. The solicitation, when issued, will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on beta.SAM.gov website when issued. Interested companies are responsible for monitoring the beta.SAM.gov website 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 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 https://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. IMPORTANT NOTICE: 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. 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 companies 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. Interested companies who have not previously submitted a Contractor Application to the Japan District, Camp Zama 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 Contractor Application. Such companies 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. USACE Japan District recommends that this information is submitted or updated prior to proposal submission. Contracting Office Address: U.S. Army Corps of Engineers, Japan District Okinawa Area Office Unit 35132 APO, AP 96374-5132