Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan
Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, "W912HV." This announcement represents ... Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, "W912HV." 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 POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this 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 project 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://etsuran2.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: Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project FSC: Y1NA - Construction of Fuel Supply Facilities Project NAICS: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between ¥500,000,000 and ¥1,000,000,000 (Japanese YEN) Project Description: Provide Secondary Containment at JP-8 Rail Offload, Yokota AB, facility #8005. Provide concrete secondary containment in the area underneath active rail car offload positions and connect to existing concrete containment system around rail offload piping area. Repair existing concrete containment around rail offload piping to have sufficient curbs and proper grading for spill containment and drainage. Allow rainwater to drain to a concrete sump and drainage piping with a lockable valve (normally closed during fueling operations) which can be opened to drain the area as necessary. Include other piping repairs, mechanical hardware, painting and other support work for a complete and usable facility. The work includes inspection and acceptance of the rail system prior to placing the rail back into operation. Procurement Method: The Government anticipates issuing an Invitation for Bid (IFB) for this project in May 2024. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Any solicitations pursued will be intended for local sources only. Local sources are those sources physically located and authorized to perform construction work in Japan. Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. Companies are cautioned that these drawings and specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION Interested firms are requested to reply with the following information no later than 2 February 2024 Japan Standard Time. Please submit your responses via e-mail to Mr. Ryan J. Marzetta, Contracting Officer at ryan.j.marzetta@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name. Describe your firm's interest, capability and experience relative to the work described in the interested Project Description. Identify your current construction bonding levels: a. Single Contract Amount b. Aggregate Maximum Contract Amount c. Name of Sureties Please provide the following information on at least one (1) comparable projects (for government or commercial customers) completed in the six (6) 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) NOTE: The comparable project should include rail construction, replacement and/or maintenance work. Do you have any questions/concerns on the DRAFT plans and specifications? Completion of this project will require several rail outages with a maximum outage duration of approximately 14 calendar days followed by a 14 calendar day recovery period in which the rail will need to be operational. The 14 calendar day outage must also include inspection and acceptance of the work completed prior to rail reopening. Please provide feedback or concerns about feasibility of completing the project if rail outages are limited to 14 days. 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 Ryan J. Marzetta 046-407-8725 ryan.j.marzetta@usace.army.mil
Data sourced from SAM.gov.
View Official Posting »