Vertical Take-Off and Landing Pad
W912HV-20-Z-0002 Sources Sought Market Survey P1005 Vertical Take-Off and Landing (VTOL) Iwakuni Marine Corps Air Station (MCAS) Iwakuni, Japan Introduction: The U.S. Army Corps of Engineers, Japan Di... W912HV-20-Z-0002 Sources Sought Market Survey P1005 Vertical Take-Off and Landing (VTOL) Iwakuni Marine Corps Air Station (MCAS) Iwakuni, Japan Introduction: The U.S. Army Corps of Engineers, Japan District (POJ) is performing market research for a Design-Bid-Build (DBB) construction project titled: “P1005 VTOL Iwakuni, MCAS Iwakuni, Japan.” This announcement represents a market survey that is intended for preliminary planning purposes only. The 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 is 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). Information about the project: Project Title: P1005 VTOL Iwakuni Project Location: MCAS Iwakuni, Japan, Yamaguchi Prefecture Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥1,000,000,000 and ¥5,000,000,000 Japanese YEN Projected Advertisement: April 2020 Projected Award: September 2020 Project Description: The project scope requires construction of a high-temperature concrete, VTOL Pad for the F-35B aircraft. The project is located at MCAS Iwakuni, east of Taxiway A and Runway 2-20, near an existing helicopter landing pad. Pavements in the project include Continuously Reinforced High-Temperature Concrete (CRHTC), Portland Cement Concrete (PCC), and enlarged hot-mix asphalt (HMA) shoulders. Additional work includes new airfield lighting, grading, perimeter roadway modification, and existing utility relocations. The Demolition scope includes the existing helicopter landing pad in the project area, existing drainage infrastructure, and minor utilities. Pavements in the project include CRHTC and PCC with enlarged HMA shoulders along the lead-in approach path and lead out take-off path for reduction of potential foreign object debris hazards. Grading work associated with the new pavement, existing drainage improvements, and the perimeter road way is also required. Demolition scope includes airfield pavement of the existing Taxiway A shoulder where the VTOL Pad access taxiway connects to Taxiway A. Additional shoulder removals along Taxiway A are required for installation of lights. The existing helicopter landing pad in the project vicinity as well as existing lighting will be demolished. Non-airfield pavement demolition includes removing, lowering, and replacing part of the perimeter roadway to maintain a slope away from the seawall, relocate utilities from current location underneath VTOL Pad to be underneath the perimeter road, and create a shoulder joint where the roadway abuts the VTOL Pad concrete. Additional demolition includes removing a newly constructed concrete inlet structure and reconstructing a similar structure just north of the South VTOL pad and connecting a storm drain underneath the VTOL pad in place of the inlet structure. The Government anticipates the Period of Performance will be 500 calendar days. Procurement method: The U.S. Army Corps of Engineers, Japan District (POJ) anticipates the release of a Request for Proposal (RFP) for this project. Any solicitations pursued will be intended for local sources only. See information in the Introduction section of this announcement regarding local sources. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. ===================================================================== Submission Requirements for responses to this Market Survey: Interested firms are requested to reply with the following information: 1. Name of your company, 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 Project Description. Please provide information on comparable projects (for government or commercial customers) completed in the past 6 years. 3. Describe your firm’s level of interest relative to all aspects of the work. 4. Identify your current construction bonding levels: a) Per contract b) Aggregate contract bonding level 5. Your thoughts to the questions below related the project description, draft plans and specifications. a) Does the anticipated Period of Performance seem feasible? b) Will you utilize any specialty subcontractors that have experience working with high temperature concrete pavements for airfields? c) Will logistical issues such as procurement of aggregate used in high temperature concrete prohibit or discourage you from pursuing this contract? d) Will logistical issues associated with work on an active military airfield such as working hour restrictions, equipment restrictions, training, and escort requirements prohibit or discourage you from pursuing this contract? e) There are at least 2 projects recently completed in Japan which used traprock sourced from the United States. Are you aware of local quarries that could provide traprock? What are the local testing capabilities for this material? f) What are the area requirements for an onsite concrete batch plant? g) How much laydown area is required to support construction operations (field office, material storage, vehicle staging, etc.) 6. Any comments that will increase your level of interest and participation in this project Please send your response via e-mail to Ryan.J.Marzetta.civ@usace.army.mil and Tristin.N.Suetsugu.civ@usace.army.mil no later than 4:00 p.m., Japan Standard Time (JST) on 13 December 2019. Additional Info: 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 Points of Contact: Mr. Ryan J. Marzetta 046-407-8725 Ryan.J.Marzetta.civ@usace.army.mil Tristin N. Suetsugu 046-407-3398 Tristin.N.Suetsugu.civ@usace.army.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »