Replace Water Supply Control System, Camp Zama, Japan
The U.S. Army Corps of Engineers, Japan Engineering District (JED), is performing market research for a Design-Bid-Build (DBB) construction project titled: "Replace Water Supply Control System, Camp Z... The U.S. Army Corps of Engineers, Japan Engineering District (JED), is performing market research for a Design-Bid-Build (DBB) construction project titled: "Replace Water Supply Control System, Camp Zama, Depot, 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 notice 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: Replace Water Supply Control System Project Location: Camp Zama, Japan Project NAICS: 221310, Water Supply and Irrigation Systems Project Magnitude: Between ¥500,000,000 and ¥1,000,000,000 (Japanese Yen) Project Description: This project is to replace the water supply control system at Camp Zama (Water Distribution / Transmission Facilities - Buildings 111, 832, 858 and 1043). The new system will replace the existing water supply control system, which was installed in 2001 and can no longer be properly maintained. The new system shall include, but is not limited to the following: Replacement of the Central Controller, Control Panel, and all associated equipment and accessories necessary for a functioning water supply control system at Building 1043. The new Central Controller shall be able to control the water supply at all four (4) Water Distribution / Transmission Facilities. Removal of existing area control panels and valve control panels at Buildings 832 and 858. Replacement of existing area control panels and valve control panels at Buildings 832 and 858 with one control panel at each building that incorporates the functions of both existing area control and valve control panels. Installation of one (1) control panel at Building 111 to allow for water supply controls from the new Central Controller. Modification of existing conduits and wiring, as necessary to support the new water supply control system. The government anticipates the Period of Performance will be approximately 16 months. Procurement Method: The U.S. Army Corps of Engineers, Japan District (POJ) anticipates the release of a public Invitation for Bid (IFB) for this project, with the award of a firm fixed-price contract resulting from the solicitation. This contract will be performed in its entirety in the country of Japan, and any solicitation posted will be intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan. 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." ===================================================================== NOTE: Draft plans and specifications are being provided FOR INFORMATIONAL PURPOSES ONLY. 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, DUNS Number, CAGE Code, and English Speaking 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 six (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. Responses to the questions below directly relate to the project description, DRAFT drawings/plans, and DRAFT specifications. a. Is the Contractor/Bidder knowledgeable about and able to perform the required Logistic Support Area and other work as described in the Project Description? b. Based on the scope of work are there any specialty subcontractors or construction equipment that will need to be utilized for the project that present higher risk or general unavailability that might cause your company not to bid on the project? If so, please identify which specialty subcontractors and/or construction equipment presents the risk. c. Does the anticipated Period of Performance seem feasible? If the Period of Performance is not deemed feasible please identify any risk factors for your assessment. d. Are there any equipment/systems with long lead times to manufacture and deliver to the site? Is the Period of Performance sufficient for the long lead items? e. Please provide any comments or suggestions that will increase your level of interest and participation in this project. ===================================================================== This notice is NOT a solicitation. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Please submit your responses via e-mail to Norman Mackie, Contracting Officer, 046-407-8724 at Norman.G.Mackie.civ@USACE.army.mil and Norman Roldan, Contract Specialist, 046-407-8836, Norman.Roldan.civ@USACE.army.mil no later than 10:00 a.m. Japan Standard Time (JST), on Wednesday, 15 April 2020.
Data sourced from SAM.gov.
View Official Posting »