Inactive
Notice ID:W912HV22R0007
The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Request for Proposal (RFP). This is not a solicitation. PROJECT I...
The U.S. Army Corps of Engineers, Japan District (POJ) is providing a PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Request for Proposal (RFP). This is not a solicitation. PROJECT INFORMATION Project Title: FY19 DLA DESC1911 Construct Truck Offload Facilities, Kadena Air Base, Okinawa, Japan Project Location: Kadena Air Base, Okinawa, Japan Project FSC: Y1NA - Construction of Fuel Supply Facilities Project NAICS: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between ¥1,000,000,000 and ¥2,500,000,000 (Japanese YEN) Project Description: This project will provide eight (8) tank truck offloading positions at Kadena Air Base, Okinawa, Japan. Four (4), truck offload positions and an additive injection system at, Kadena Tank Farm and Seido tank farm locations. The additive injector systems at both locations shall allow the conversion of Jet A-1 turbine fuel to JP-8 military specification aviation fuel. The work will include truck offload equipment skids, transfer piping to them bulk storage tank manifold, additive storage tanks, additive injectors, overhead canopies, lighting, truck containment and associated power and controls. The overall system will allow for simultaneous offloading of eight (8) tank trucks at a time. SOLICITATION INFORMATION: Procurement Method: The Government will issue a Request for Proposal (RFP) Solicitation utilizing the Lowest Price Technically Acceptable source selection procedures. The Government anticipates issuing the solicitation in May 2022. The solicitation when issued, will identify the site visit date, RFI and proposal submission due date. It is the responsibility of interested vendors to monitor SAM.Gov for issuance of the solicitation and/or amendments. The Government intends to award a firm-fixed-price construction contract as a result of the RFP. All interested companies shall be actively registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. Information on registration and annual confirmation requirements may be found at http://www.sam.gov. For a Joint Venture, the Joint Venture as an independent entity must be registered in SAM as such. Only local sources will be considered under this solicitation. 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. Offerors are required to 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 at the time an offer is submitted. 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. 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. The US Army Corps of Engineers Japan District (POJ) has transitioned to the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid and proposal submission, to replace DOD SAFE. POJ is utilizing this new system for new solicitations. – See SAM.Gov special notice W912HV-22-Z-0004. 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 Primary: Jiro Miyairi Contract Specialist 046-407-8837 jiro.miyairi@usace.army.mil Alternate: Jennifer H. Knutson Contracting Officer 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil