Inactive
Notice ID:W912HV-22-Z-0003
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for three upcoming Design-Bid-Build (DBB) fueling system repairs projects at various locations Okina...
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for three upcoming Design-Bid-Build (DBB) fueling system repairs projects at various locations Okinawa area and Camp Fuji, 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 Firms which have not done business with U.S. Army Corps of Engineers, Japan Engineering District, are requested to visit the following website: https://www.poj.usace.army.mil/Business-With-Us/ for general information. This contract will be performed in its entirety in the country of Japan and is intended only for local sources. Only local sources will be considered under this solicitation. Local sources are sources (e.g. corporations, partnerships, or Joint Ventures [For a Joint Venture, the Joint Venture as an independent entity must satisfy the local source requirements or, in the alternative, each member of the Joint Venture must individually satisfy the local source requirements]) that are physically located in Japan and authorized (i.e. licensed and registered) to perform in Japan, the type of construction work specific in this solicitation. Specifically, a prospective offeror must be duly authorized to operate and conduct business in Japan and must fully comply with all applicable laws, decrees, labor standards, and regulations of Japan during the performance of the resulting contracts. In addition, prior to award of the contracts, offerors must be registered with the Government of Japan to do construction work in Japan and possess necessary construction licenses and permits to perform work required under this solicitation. Construction license will be verified through the Government of Japan – Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran.mlit.go.jp/TAKKEN. The U.S. Government will not offer “United States Official Contractor” status under Article XIV of the US-Japan Status of Forces Agreement (SOFA) to U.S. contractors normally resident in the United States; nor will the U.S. Government certify employees of such contractors as “Members of the Civilian Component” under Article I(b) of the SOFA. ------------------------------------------------------------------------------------------------ PROJECT INFORMATION PROJECT 1 Project Title: FY22 DLA DWCF Camp Fuji Fueling System Repairs Project Location: Camp Fuji, Japan Product Service Code (PSC): Z2NA – Repair or Alteration of Fuel Supply Facilities NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between ¥100,000,000 and ¥500,000,000 ($1,000,000 and $5,000,000) (FAR 36.204) Project Description: The purpose of this project is to address various fueling system electrical deficiencies identified at Camp Fuji. Work includes providing appropriate EFSO stations, providing and verifying seal-offs on conduit, and providing building lightning protection. Estimated Period of Performance: 14.5 months PROJECT 2 Project Title: FY22 DLA DWCF Various Camps Fueling System Repairs Project Location: Camp Foster, Camp Kinser, Camp Hansen, Camp Gonsalves, and Camp Courtney, Japan Product Service Code (PSC): Z2NA – Repair or Alteration of Fuel Supply Facilities NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between ¥100,000,000 and ¥500,000,000 ($1,000,000 and $5,000,000) (FAR 36.204) Project Description: The purpose of this project is to address various fueling system deficiencies identified in the Camps Courtney, Gonsalves, Hansen, Kinser, and Foster. Work includes installation of meter-prover connections, thermal relief valve replacement, conduit replacement, backup power, water draw-off, seal offs, lightning protection, panelboard schedules, replacement of a variety of valves, installation of grounding reels and other grounding, replacement of various fittings, and EFSO stations. Estimated Period of Performance: 21 months PROJECT 3 Project Title: FY22 DLA DWCF Futenma Fueling System Repairs Project Location: Marine Corps Air Station (MCAS) Futenma, Japan Product Service Code (PSC): Z2NA – Repair or Alteration of Fuel Supply Facilities NAICS Code: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 ($10,000,000 and $25,000,000) (DFARS 236.204) Project Description: The purpose of this project is to address various fueling system deficiencies identified at MCAS Futenma. Work includes product recovery tanks, coating repairs, filter-separators, pipe supports, valve replacement/reconfiguration, dent repair, relaxation tanks, instrument seals, boundary seals, grounding, lighting, EFSO stations, lightning protection, fuel operations lab, spill sump, labels, conduit, panelboard schedules, backup power, junction boxes, pipe wrapping, seal-offs, low point drain, pressure safety valve, access port, isolation flange kit, pipeline pressure regulation and metering, pipe replacement, high point vents, water draw-off valve, dead leg removal, product saver tanks, low melting point valve replacement, grounding reel installation, containment, Fuel quantity monitor, generator ATS installation, canopy, airside pumphouse reconfiguration, and fencing. Estimated Period of Performance: 21 months ------------------------------------------------------------------------------------------------ Proposed Procurement Method: The Government anticipates the release of an Invitation for Bid (IFB) for this project in accordance with FAR Part 14. 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 Mr. Jiro Miyairi (jiro.miyairi.ln@usace.army.mil) and Ms. Jennifer Knutson (Jennifer.H.Knutson.civ@usace.army.mil) no later than 2:00 p.m., 14 December 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. Specify which project(s) you are interested in. Please also indicate if you are interested as a Prime or Subcontractor. 3. Describe your firm's capability and experience relative to the work described in each of the Project Descriptions. 4. Please provide the following information on at least one (1) comparable project (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) 5. Do you have concerns regarding the estimated period of performance for each project? 6. Identify your current construction bonding levels (single and aggregate). 7. Are there any other comments or suggestions that may increase your interest or participation? 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: Jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil Jennifer H. Knutson 046-407-8839 jennifer.h.knutson.civ@usace.army.mil