HELICOPTER RESCUE OPS MAINTENANCE HANGAR KADENA AB
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project. This announcement represents a market survey that... Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for a Design-Bid-Build (DBB) construction project. This announcement represents a market survey that is intended for 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). We are committed to partnering with industry as much as we can throughout this process and therefore encourage all interested companies to respond to this sources sought. Market research and industry feedback is an essential part of the acquisition process. The information requested in this announcement will be used within USACE-JED to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this Sources Sought/RFI announcement should consult 41 C.F.R. parts 105-60 and other implementing regulations concerning the release of such information to third parties under the Freedom of Information Act (FOIA). All information submitted by respondents that they consider confidential and not releasable to third parties outside of USACE, and its employees, agents, consultants, and representatives, must be clearly and conspicuously marked. SYSTEM FOR AWARD MANAGEMENT (SAM) All interested companies, including joint ventures, shall be registered in the SAM database in order to be eligible for award of Government contracts. https://www.sam.gov . LOCAL SOURCES - CONTRACTOR APPLICATIONS Firms which have not submitted Contractor Applications 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 original 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. Interested Joint Venture partners who have individually submitted a Contractor Application previously are not required to submit a single, JV Contractor Application. This documentation must be submitted before, or No Later Than the time of bid/proposal submission to allow POJ to verify your company as a “Local Source.” ------------------------------------------------------------------------------------------------------------------------------ PROJECT INFORMATION Project Title: FY2022 Helicopter Rescue Ops Maintenance Hangar Project Location: Kadena AB, Okinawa, Japan Product Service Code (PSC): Y1BZ – Construction of Other Airfield Structures NAICS Code: 236220 – Commercial and Institutional Building Construction. Project Magnitude: Between ¥10,000,000,000 and ¥25,000,000,000 ($100,000,000 and $250,000,000) (DFARS 236.204) Project Description: Construct a Helicopter Rescue Squadron Operations (Squad Ops) and Helicopter Maintenance Unit Hangar. The facility is comprised of single-story bays for aircraft maintenance and storage, a two-story facility for administrative spaces and shops, a simulator bay, and cranes for simulator and hangar. . The Hangar bays will be constructed of structural steel with precast concrete cladding. The roof structure for the hangar bays will consist of a low sloping metal roof panels on purlins supported by structural steel trusses. The squadron operations and Helicopter Maintenance Unit areas will also be constructed using cast-in place reinforced concrete walls with precast concrete columns and beams. The roof and floor plates will be constructed using precast concrete double tees with a cast in place topping slab roof and floor. The project will include supporting facilities such as utilities, pavements, aircraft parking apron, edge lighting on the taxiway connection, aircraft wash rack, backup generator, and site improvements to provide a complete and useable facility. The project demolishes existing facilities to include Building 3534 (10,015 Square Meters), Building 3532 (58 Square Meters), Building 3536 (58 Square Meters), Building 3538 (92 Square Meters), Building 7109 (49 Square Meters), Building 83534 (50 Square Meters), Building 3516 (57 Square Meters), Building 3603 (52 Square Meters) and Building 3604 (52 Square Meters) (Total = 10,483 Square Meters). Also includes Utilities include Heating Ventilation and Air Conditioning system, electrical system, domestic hot and cold water system, sanitary waste and vent system, automatic wet-pipe sprinkler and high-expansion foam fire protection systems, intrusion detection system, and cybersecurity of facility-related control system. Fencing is required to tie in at the facility to secure the flight line. Paved asphalt parking will be provided for personal and government vehicles. Facilities will be designed as permanent construction in accordance with the Department of Defense Unified Facilities Criteria 1-200-01, General Building Requirements. This project will comply with Department of Defense antiterrorism/force protection requirements per Unified Facilities Criteria 4-010-01, Department of Defense Minimum Antiterrorism Standards for Buildings. As a mission critical facility, a backup generator is authorized per AFI 32-1062. NOTE: The DRAFT Specifications, Drawings and Plans included in this Notice are provided for INFORMATIONAL PURPOSES ONLY. Interested firms are cautioned that ALL attachments to this notice are provided in DRAFT FORMAT and subject to change. Estimated Period of Performance: 48 months Proposed Procurement Method: The Government anticipates the issuance of a Request for Proposal (RFP) 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. See local source information within this notice. REQUESTED INFORMATION Interested firms are requested to submit the following information via e-mail to Ms. Jennifer Knutson, Contract Specialist at Jennifer.H.Knutson.civ@usace.army.mil and Mr. Norman Mackie, Contracting Officer at Norman.G.Mackie.civ@usace.army.mil no later than 8:00 AM, 9 November 2020, Japan Standard Time (JST): 1. Name of your company, address, phone number, email address, point of contact (POC) name, DUNS Number, and CAGE Code. 2. Describe your firm's capability and experience relative to the work described in the Project Description. 3. Please provide information on comparable projects (for government or commercial customers) completed in the past six (6) years. 4. Describe your firm's level of interest relative to all aspects of the work. Please also indicate if you are interested as a Prime or Subcontractor. 5. Identify your current construction bonding levels (single and aggregate). 6. The Government anticipates a solicitation being issued during United States Fiscal Year 2021 – Quarter 3-4. Are you aware of or interested in other projects planned within this timeframe (within a 6-month window) that may affect your interest in this project? 7. Your thoughts to the questions below related the project description, draft plans and specifications. a. 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 participate in this project? If so, please identify which specialty subcontractors and/or construction equipment presents the risk. b. Does the anticipated period of performance seem feasible? Please identify risk factors. c. Are there any equipment/systems with long lead times to manufacture and deliver to the site? Is the Period of Performance sufficient for these long lead items? d. The project will utilize many specifications that incorporate Japanese Industrial Standards. Are there any questions regarding the Japan Edited Specifications? e. Project site may include an exclusion zone. An exclusion zone should reduce the time to access to the project site without installation permitting/vetting processes. Would an exclusion zone increase your interest in bidding on this project, and potentially with a lower cost? f. Are there any other comments or suggestions that you may have for this project?
Data sourced from SAM.gov.
View Official Posting »