FY24 DLA DWCF Various Repairs on Chimuwan Tank Farms #1, 2, 3, Okinawa
SOURCES SOUGHT MARKET SURVEY W912HV-24-Z-0002 FY24 DLA DWCF Various Repairs on Chimuwan Tank Farms #1, 2, 3 Okinawa, Japan INTRODUCTION: The U.S. Army Corps of Engineers, Japan District (POJ), is perf... SOURCES SOUGHT MARKET SURVEY W912HV-24-Z-0002 FY24 DLA DWCF Various Repairs on Chimuwan Tank Farms #1, 2, 3 Okinawa, Japan 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 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 the corresponding 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 the corresponding 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 the corresponding 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 Title: FY24 DLA DWCF Various Repairs Chimuwan Tank Farms #1, 2, 3 Project Location: Chimuwan Tank Farms #1, 2, 3, Okinawa, Japan Product Service Code (PSC): Y1NA - Construction of Fuel Supply Facilities NAICS Code: 236220 – Commercial and Institutional Building Construction. Project Magnitude: Between $10,000,000 and $25,000,000 (between ¥1,200,000,000 and ¥3,000,000,000) (DFARS 236.204) Project Description: The project is to repair numerous deficiencies identified in the March of 2020 Deficiency Summary Report on three tank farms in Chimuwan, Okinawa, Japan. Work under this project includes, but is not limited to, repairing and upgrading of deficiencies at buildings, pump houses, valve boxes, tank vaults, above-ground storage tanks, pipelines, equipment, support piping, connections to existing truck fill stands, post indicator valves, site utilities, and construction of three underground concrete containment tanks, as shown on the drawings and specifications. Work includes all labor, transportation, materials, equipment, and supervision necessary to accomplish various construction, demolition, repairs, alterations, and associated incidental environmental work (including but not limited to asbestos, lead-based paint, mold, PCBs, site contamination, etc.) to U.S. Government facilities in Japan, by means of this Design-Bid-Build (D-B-B) contract. NOTE: The DRAFT Specifications, Drawings and/or 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: 550 days Proposed Procurement Method: The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation. Submission Requirements for responses to this Market Survey: Interested sources are requested to answer the questions in the attached W912HV-24-Z-0002_Market Survey and email the completed form to the following individuals no later than 12:00 P.M. on 14 December 2023, Japan Standard Time. We appreciate your honest feedback in helping to develop an effective acquisition strategy that is advantageous for all interested parties. Contracting Officer - H. Christine Allen at heather.c.allen@usace.army.mil Contract Specialist - Valeria Fisher at valeria.fisher@usace.army.mil ADDITIONAL INFORMATION Contracting Office Address: Japan District, U.S. Army Corps of Engineers RM. 116, BLDG. 364, Camp Foster Chatan-Cho, Okinawa-Ken 904-0100 Japan Attachments: 1_CTF123_Draft_SPECS 2_CTF123_Draft_DWGS-CTF-1 3_CTF123_Draft_DWGS-CTF-2 4_CTF123_Draft_DWGS-CTF-3 5_CTF123_Draft_DWGS-RCB 6_W912HV-24-Z-0002_Market Survey Questions
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »