Inactive
Local Area Set-Aside (FAR 26.2)
Notice ID:W912HV23B0003
The U.S. Army Corps of Engineers, Japan District (POJ) is providing an update to the PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Invitation for Bid (IFB). This is not a solicitati...
The U.S. Army Corps of Engineers, Japan District (POJ) is providing an update to the PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Invitation for Bid (IFB). This is not a solicitation. PROJECT INFORMATION Project Title: FY23 AFSOC103008, Squadron Operations / MSRP Parts Warehouse / Group HQ Facilities, Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project NAICS: 236220 Commercial and Institutional Building Construction Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (Japanese YEN) Anticipated Construction Performance Period: 930 calendar days Project Description: Construct group and squadron operations facilities with concrete foundation and floor slab, steel frame, masonry walls and sloped metal roof. Functional areas include areas such as staff and administration, planning and briefing areas, mobility storage, life support/aircrew flight equipment storage and maintenance. Construct aircraft parts and Mobility readiness Spare Packages (MRSP) warehouse with associated external covered and uncovered storage elements. Concrete foundation and floor slab, steel frame, masonry and/or steel walls, sloped metal roof, structured for material handling equipment and racking systems and associated uncovered storage. All facilities include utilities, pavements, campus parking, site improvements, communications, and all other necessary support. Project AFSOC103022 Airfield Apron provides primary and secondary roadways, utilities, site improvements, communications, and mitigation for possible dud munitions for site preparation. All work carried out is to comply with current base, Air Force, and Host Nation standards. Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum AT/FP features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. SOLICITATION INFORMATION: 1. Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation. 2. The Government anticipates issuing the solicitation no later than December 30, 2022. The solicitation when issued, will identify the site visit date, RFI and bid submission due date. All final ready to advertise solicitation documents, specifications and drawings will be posted on the Procurement Integrated Enterprise Environment (PIEE) at piee.eb.mil when issued. It is the responsibility of interested vendors to monitor PIEE for issuance of the solicitation and/or amendments. 3. The Government intends to award a firm-fixed-price construction contract as a result of this IFB. 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. BIDDER ELIGIBILITY. 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. Bidders 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. The U.S. Army Corps of Engineers, Japan District (POJ) is providing an update to the PRE-SOLICITATION notice pursuant to FAR 36.213-2 for an upcoming Invitation for Bid (IFB). This is not a solicitation. PROJECT INFORMATION Project Title: FY23 AFSOC103008, Squadron Operations / MSRP Parts Warehouse / Group HQ Facilities, Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project NAICS: 236220 Commercial and Institutional Building Construction Project Magnitude: Between ¥2,500,000,000 and ¥10,000,000,000 (Japanese YEN) Anticipated Construction Performance Period: 930 calendar days Project Description: Construct group and squadron operations facilities with concrete foundation and floor slab, steel frame, masonry walls and sloped metal roof. Functional areas include areas such as staff and administration, planning and briefing areas, mobility storage, life support/aircrew flight equipment storage and maintenance. Construct aircraft parts and Mobility readiness Spare Packages (MRSP) warehouse with associated external covered and uncovered storage elements. Concrete foundation and floor slab, steel frame, masonry and/or steel walls, sloped metal roof, structured for material handling equipment and racking systems and associated uncovered storage. All facilities include utilities, pavements, campus parking, site improvements, communications, and all other necessary support. Project AFSOC103022 Airfield Apron provides primary and secondary roadways, utilities, site improvements, communications, and mitigation for possible dud munitions for site preparation. All work carried out is to comply with current base, Air Force, and Host Nation standards. Department of Defense (DoD) principles for high performance and sustainable building requirements will be included in the design and construction of the project in accordance with federal laws and Executive Orders. Low Impact Development features will be included in the design and construction of this project as appropriate. This project will provide Anti-Terrorism/Force Protection (AT/FP) features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum AT/FP features and comply with AT/FP regulations and physical security mitigation in accordance with DoD Minimum Anti-Terrorism Standards for Buildings. Appropriate cybersecurity measures will be applied to the facility-related control systems in accordance with current DoD criteria. SOLICITATION INFORMATION: 1. Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation. 2. The Government anticipates issuing the solicitation no later than December 30, 2022. The solicitation when issued, will identify the site visit date, RFI and bid submission due date. All final ready to advertise solicitation documents, specifications and drawings will be posted on the Procurement Integrated Enterprise Environment (PIEE) at piee.eb.mil when issued. It is the responsibility of interested vendors to monitor PIEE for issuance of the solicitation and/or amendments. 3. The Government intends to award a firm-fixed-price construction contract as a result of this IFB. 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. BIDDER ELIGIBILITY. 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. Bidders 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. 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) – ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for — 1. Date and Time: Tuesday, 07 February 2023 at 01:00 PM, Japan Standard Time. 2. Location of meeting point: All contractors, regardless of pass status, will be escorted to and from the project site from the current contractor controlled gate 10 on the NE side of the base as depicted in the site map. NOTE: You cannot access the project site from Yokota Air base. You must enter through the contractor gate on the East side of the base as depicted in the attached drawing. 3. Participants interested in attending the organized site visit shall email the Government POCs listed below by 01 February 2023. The Government POCs will need the names of participants, company, location within Japan participants will be traveling from, and the transportation means of coming to Yokota Air Base (i.e. train, rental car, company car). All attendees shall wear a face mask. All participants, regardless of pass status must complete the Yokota Visitor Request excel spread sheet and return to the below POCs. Government POCs: Mr. Bonito Housen Email: Bonitto.A.Housen@usace.army.mil Mr. Chase Willson Email: Chase.T.Willson@usace.army.mil 4. Valid picture identification is required for entry into the project site. Passport, Driver's License are considered valid picture identification. If driver's license is presented as ID, submit Resident Certificate (Jumin-hyo with "permanent address") issued within 3 months. 5. Please note that the project site is located on an active construction site. Participants attending the site visit will be required to wear PPE -hard hat, steel toed boots and a safety vest. 6. No photographs are allowed on base. Government representatives will have cameras and will be able to take photographs for the participants.