D-B-B THEATER AIRCRAFT CORROSION CONTROL HANGAR (NO PAINT BOOTH)
SOURCES SOUGHT MARKET SURVEY W912HV-25-Z-0008 THEATER AIRCRAFT CORROSION CONTROL HANGAR (NO PAINT BOOTH) KADENA AIR BASE, OKINAWA, JAPAN INTRODUCTION: The U.S. Army Corps of Engineers, Japan District ... SOURCES SOUGHT MARKET SURVEY W912HV-25-Z-0008 THEATER AIRCRAFT CORROSION CONTROL HANGAR (NO PAINT BOOTH) KADENA AIR BASE, 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 announcement. 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 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: Theater Aircraft Corrosion Control Hangar, Kadena Air Base Project Location: Okinawa, Japan Product Service Code (PSC): Y1BZ – Construction of Other Airfield Structures NAICS Code: 236220 – Commercial and Institutional Building Construction Project Magnitude: Between $100,000,000 and $250,000,000 (DFARS 236.204) Construction Type: Design-Bid-Build (DBB) Construction Project Description: This project is to construct a corrosion control facility for painting large-bodied aircraft. The facility consists of a single bay prep/wash hangar, a second hangar for a Paint Booth to be fitted in/constructed by a different contract, and support spaces for painting and sanding operations. The project will include supporting facilities such as utilities, pavements, and site improvements to provide a complete and usable facility. The facility should be compatible with applicable United States Department of Defense, Air Force, and base design standards. This project includes an option CLIN for an exclusion zone. This project WILL NOT include the construction of the Paint Booth. The government is considering making two separate solicitation packages for the construction of the Aircraft Corrosion Control Hangar. First package, a Design-Build solicitation for the acquisition of the Paint Booth to be fitted into the corrosion control prep hangar will be issued. American and Japanese contractors can participate under this solicitation (Article 14 will apply). The successful offeror will then work with the US Government (USG) to articulate the building modifications necessary for their product into the Design-Bid-Build package for the construction of the Hangar Facility. A separate solicitation (for contractors with Japanese construction license) to construct the Hangar Facility without the paint booth will then be issued and awarded. In this scenario, both the Booth Manufacturer and the Prime contractor for construction of the facility are awarded separate contracts to work directly with the USG. Each contractor will be responsible for coordinating with each other as indicated in their respective contract documents. See Sources Sought W912HV-25-Z-0009 for Paint Booth manufacturers for your reference. NOTE: THIS SOURCES SOUGHT IS FOR THE THEATER AIRCRAFT CORROSION CONTROL HANAGAR ONLY (NO PAINT BOOTH). Potential CLIN Schedule: CLIN 0001 Construction of Primary Facility, Site, Site Development and Infrastructure CLIN 0002 Construction Services for Exclusion Zone (OPTION 1) Estimated Period of Performance: TBD * An additional 90 days will be provided ONLY for Option 0001 (Construction Services for Exclusion Zone), if awarded. Projected timeframe for release of the Solicitation: TBD Proposed Procurement Method: The Government anticipates the issuance of a Request for Proposals (RFP) utilizing Lowest Price Technical Acceptable (LPTA) source selection procedures. Submission Requirements for responses to this Market Survey: Interested sources are requested to answer the questions in the Attachment 1 and email the completed form to the following individuals no later than 6:00 P.M. on 28 March 2025 Japan Standard Time (JST). We appreciate your honest feedback in helping to develop an effective acquisition strategy that is advantageous for all interested parties. Contracting Officer - Jack T. Letscher at jack.t.letscher@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: W912HV25Z0008_Survey Questions_Hangar only CCH Specifications Package 2_Draft CCH Drawings Package 2 Vol I_Draft CCH Drawings Package 2 Vol II_Draft
Data sourced from SAM.gov.
View Official Posting »