Design-Build Family Housing Projects - MCAS Iwakuni
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for two upcoming Design-Build (DB) housing construction projects at Marine Corps Air Station (MCAS) ... Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for two upcoming Design-Build (DB) housing construction projects at Marine Corps Air Station (MCAS) Iwakuni, Japan. 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 1 Project Title: FY2018 – Whole House Revitalization North Side Townhouses Phase 3 - P1702 Project Location: Marine Corps Air Station (MCAS) Iwakuni, Japan Product Service Code (PSC): Y1FA – Construction of Family Housing Facilities NAICS Code: 236118 – Residential Remodelers Project Magnitude: Between ¥500,000,000 and ¥1,000,000,000 ($5,000,000 and $10,000,000) (FAR 36.204) Project Description: Design Build. This project revitalizes (4) family housing buildings with (6) residential units each, for a total of (24) officer family housing units located in the North Side Housing Area at MCAS Iwakuni, Japan. Buildings were constructed in 1997. The Architectural requirements of this project are as follows: Replace the roof of each building. Repaint the exterior. Replace window and door screens. Repair and repaint all interior doors and associated hardware, including closet doors and shelving. Repaint interior repaired or replace walls and ceilings. Replace wall tile and other surface materials. Remove and replace flooring materials, and repair concrete sub-surface, in all areas of the buildings. Replace kitchen cabinets and range hoods. Replace bathroom cabinets, vanities and sinks. The Mechanical requirements of this facility are as follows: Replace roof top scuppers and drains. Replace exhaust and ventilation systems in the kitchen and bathroom areas. Replace existing toilet fixtures, bathtubs, showers, lavatories and kitchen sinks. Replace all sewage and domestic drain piping, cold and hot water piping, heating and cooling piping, sewage and domestic vent piping. The Electrical requirements of this facility are as follows: Replace existing electrical outlets and wiring to meet equipment needs. Replace kitchen and bathroom outlets to meet code including Ground Fault protection. Upgrade circuit breakers to meet building service needs. Increase electrical outlet coverage to meet code. Replace light fixtures with energy efficient fixtures. Replace and add TV, telephone and internet access receptacles and wiring to provide adequate service or capacity to all the required areas of the facility. Estimated Period of Performance: 21 months (The Government anticipates fast-tracking) PROJECT 2 Project Title: FY2019 – Whole House Revitalization Mid-Rise 657 – P1901 Project Location: Marine Corps Air Station (MCAS) Iwakuni, Japan Product Service Code (PSC): Y1FA – Construction of Family Housing Facilities NAICS Code: 236118 – Residential Remodelers Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 ($10,000,000 and $25,000,000) (DFARS 236.204) Project Description: Design Build. This project revitalizes 44 junior enlisted family housing units located in Midrise 657 at MCAS Iwakuni, Japan. The Architectural requirements of this project are as follows: Replace the roof. Repaint the exterior. Replace the main entry doors and their associated hardware. Replace balcony rails to meet current safety requirements. Repaint the interior after the walls and ceilings are repaired and replaced with new wall tile and other surface materials. Remove and replace the flooring materials in all areas of the building including concrete sub-surface repair. Replace kitchen and bathroom cabinets and range hoods. Replace bathroom vanities and sinks. Repair and re-paint all interior doors and associated hardware. Replace windows to meet Antiterrorism/Force Protection and windborne debris requirements. The Mechanical requirements of this facility are as follows: Replace roof top chiller unit, ventilation fans and controls. The roof top scuppers and drains must be replaced. The exhaust and ventilation systems located in both the kitchen and bathroom areas must be replaced. Replace toilet fixtures, bathtubs, showers, lavatories and kitchen sinks. Replace all sewage and domestic drain piping, cold and hot water piping, heating and cooling piping, sewage and domestic vent piping. The existing floor mounted fan coil units and all associated piping must be removed and replaced with recessed ceiling mounted fan coil units. Elevator safety devices do not meet American Society of Mechanical Engineers safety code for elevators. The elevator’s electric motors and steel cabling will be replaced since they exceed normal life cycle. The Electrical requirements of this facility are as follows: Replace the roof top exhaust fan controls. Replace existing electrical outlets and wiring. Replace kitchen and bathroom outlets to meet code and with Ground Fault protection. Upgrade circuit breakers to meet building needs. Add electrical outlets to meet code. Add housing unit lighting for increased coverage. Replace existing light fixtures with higher illumination and energy efficiency. Replace fire alarm system. Replace and add existing TV, telephone and internet access receptacles and wiring. Estimated Period of Performance: 26 months (The Government anticipates fast-tracking) ------------------------------------------------------------------------------------------------ Proposed Procurement Method: The Government anticipates the issuance of a Two-Phase Design-Build Request for Proposal (RFP) solicitation in accordance with FAR Subpart 36.3 and FAR Part 15. However, the Government still may consider Design-Bid-Build (DBB) -- please see questions below. Results of this market research will assist the Government in acquisition planning. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. 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, Jennifer.H.Knutson.civ@usace.army.mil no later than 14 March 2021, 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 each of the Project Descriptions. 3. Please provide the following information on comparable Design-Build projects (for government or commercial customers) completed in the past ten (10) years. Project Title and Location Customer/Agency Project Value and Brief Description Date Completed or Percent Complete Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) 4. Describe your firm's level of interest relative to all aspects of the work for each project. Please also indicate if you are interested as a Prime or Subcontractor. 5. Does your firm have in-house personnel/engineers to perform D-B contract or do you subcontract to separate design firms? 6. If you subcontract to a separate design firm, is it common industry practice to subcontract to one design firm or multiple design firms for a single project? 7. Do you have any specific concerns regarding Design-Build projects that may affect your interest/participation? 8. Would you be more interested if this project was Design-Bid-Build (DBB)? 9. Do you have concerns regarding the estimated period of performance for each project? 10. Identify your current construction bonding levels (single and aggregate). 11. The Government anticipates Phase 1 of both projects being issued on/about April/May 2021 (if a DB solicitation is pursued). Do you have concerns with this timeline? Are you aware of or interested in other projects planned within this timeframe that may affect your interest in this project? 12. Are there any other comments or suggestions that may increase your interest or participation?
Data sourced from SAM.gov.
View Official Posting »