Crossroads Food Court Renovation, MCAS Iwakuni, Japan
Introduction: The U.S. Army Corps of Engineers, Japan Engineering District (JED), is performing market research for a Design-Bid-Build (DBB) construction project titled: "Crossroads Food Court Renovat... Introduction: The U.S. Army Corps of Engineers, Japan Engineering District (JED), is performing market research for a Design-Bid-Build (DBB) construction project titled: "Crossroads Food Court Renovation, 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 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: Crossroads Food Court Renovation Project Location: MCAS Iwakuni, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 (Japanese Yen) Project Description: This project is to renovate the interior of the existing Crossroads Food Court dining and vendor kitchen areas located on the first floor of Building 410, Marine Corps Air Station, Iwakuni, Japan. The renovation covers approximately 1,486 SM (16,000 SF) of space. The Scope of Work includes demolition and renovation of existing food vendor kitchens and food court dining area, demolition and replacement of portions of the existing interior concrete slab, storefront entryways and restrooms. Renovation work will provide new wall, floor and ceiling finishes; new HVAC mechanical systems and ductwork, kitchen exhaust systems; new domestic water and sanitary plumbing systems; new electrical and lighting systems; and fire protection and telecommunication upgrades. Work includes abatement of asbestos containing material. Existence of lead based paint and PCB containing lighting ballast should be assumed during demolition work. Work also includes removal and replacement of the existing 1000kVA pad mounted transformer with a new 1500kVA transformer; limited earth and excavation work for utility lines; and construction of a new trash can wash area. The government anticipates the Period of Performance will be approximately 18 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 - CONTRACTOR APPLICATIONS. Firms which have not submitted a Contractor Application to this 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 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 should 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. Are you able to perform the work as described in the project description? b. Based on the project description and draft specifications/drawings, is the scope of work clear? c. 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. d. The estimated Period of Performance is 18 months. In your opinion, can this project be completed within 18 months? If not, please identify risk factors. e. 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? f. Are there concerns in completing the project within the Budgeted Estimated Cost of Construction Limit of approximately ¥ 1,802,407,000 ($17,165,000)? (This is not the Government's estimate). g. The project will utilize many specifications that incorporate Japanese Industrial Standards. Are there any questions regarding the Japan Edited Specifications? h. Does the site provide adequate construction materials laydown area? i. What challenges do you foresee with construction at Marine Corps Air Station Iwakuni? j. What challenges do you foresee with construction at this site? k. 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 Tristin Suetsugu, Contracting Officer, 046-407-3398 at Tristin.N.Suetsugu.civ@usace.army.mil and Jiro Miyairi, Contract Specialist, 046-407-8837, jiro.miyairi.ln@usace.army.mil no later than 3:00 p.m. Japan Standard Time (JST), on Monday, 24 August 2020.
Data sourced from SAM.gov.
View Official Posting »