SOURCES SOUGHT
99 -- W912HV-20-Z-0010, Design-Bid-Build (DBB) Project, Logistics Support Area, Sagami General Depot, Japan; Market Survey
- Notice Date
- 1/6/2020 3:24:26 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JPN APO AP 96338 USA
- ZIP Code
- 96338
- Solicitation Number
- W912HV-20-Z-0010
- Response Due
- 1/30/2020 5:00:00 PM
- Archive Date
- 02/15/2020
- Point of Contact
- Norman Roldan, Phone: 0464078836, Quincy A. McNeil, Phone: 0464078834
- E-Mail Address
-
norman.roldan.civ@usace.army.mil, quincy.a.mcneil.civ@usace.army.mil
(norman.roldan.civ@usace.army.mil, quincy.a.mcneil.civ@usace.army.mil)
- Description
- Introduction: The U.S. Army Corps of Engineers, Japan Engineering District (JED), is performing market research for a Design-Bid-Build (DBB) construction project titled: ""Logistic Support Area, Sagami General Depot, Japan."" This announcement represents a market survey that is intended for preliminary 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). Information about the project: Project Title: �Construct a Logistics Support Area Project Location:� Sagami General Depot, Japan Project NAICS: 236220, Commercial and Institutional Building Construction Project Magnitude: Between �50,000,000 and �200,000,000 (Japanese Yen) Project Description: This project only includes site improvements and utilities required to support temporary tents and mobile facilities at Sagami General Depot, Japan (SGD). No permanent structures, buildings, or facilities are included in this project. All tents, containers, and other mobile facilities will be provided in the future by military units temporarily occupying the site. The scope of work includes the following:� Demolish existing turf, asphalt, and guardrail; Provide compacted gravel surrounded by concrete curb in the Field Feeding Area and Tent Site #1; Provide grass paver type surface in the Shower/Latrine/Laundry area; Provide asphalt driveways with bollards and concrete dumpster pads; Provide asphalt sidewalk; Provide transformers and related electrical utility connections; Provide water and sewer utility connections. Once the site improvements and utility connections are constructed, US Army Japan (USARJ) will be able to accommodate billeting tents, containerized showers/latrines/laundry units, and a mobile kitchen, supporting equipment, and feeding tents sufficient to support 560 temporarily deployed personnel at Sagami General Depot (SGD). The project site will be at the central part of SGD, to occupy wide open turfed fields in between facilities, parking areas and roadways. All the facilities will generally be sited along the south side of 6th Street, between B and E Avenues. The field feeding area is to be located at the southeast end near the Sagami Lounge. The latrine, shower and laundry area will be in between the tent site and the field feeding area. The tent structures will occupy the northwest end. The entire area is relatively flat, slightly sloping northeast towards open drainage channel along 6th Street. Existing trees and electrical poles currently at the project sites will not be disturbed. The project area is divided into three sites: (1) Field Feeding Area: Located on the southwest corner of the E Avenue and 6th Street intersection, north of Building 134-S2. The Field Feeding Site will accommodate up to 2 mobile kitchen trailers (MKT) or 1 containerized kitchen (CT), 8 refrigerator containers, 3 TEMPER dining tents (96� x 20� each), a food sanitation center, and 2 trailer-mounted water storage tanks. The dining tents will support 560 personnel simultaneously during food service operation. (2) Shower/Latrine/Laundry Area: Located on the northeast corner of the Avenue C / 5th Street intersection, east of Tent Site #1. The Shower/Latrine/Laundry Site will accommodate up to 7 units of containerized latrine, 7 units of containerized shower, and 4 units of containerized laundry, which is sufficient to support 560 temporarily billeted personnel. (3) Tent Site: Located at an open grass area between Avenues A and B, and between 5th and 6th Streets. Tent Site will accommodate up to 40 units of the Modular General Purpose Tent System, Medium-type, billeting tents for 560 total personnel. The government anticipates the Period of Performance will be approximately 12 months. Procurement Method: The U.S. Army Corps of Engineers, Japan District (POJ) anticipates the release of a public Invitation for Bid (IFB) for this project, with the award of a firm fixed-price contract resulting from the solicitation. This contract will be performed in its entirety in the country of Japan, and any solicitation posted will be intended for local sources only. Local sources are those sources physically located and licensed to conduct business in Japan.��� All interested companies shall be registered in the System for Award Management (SAM) database in order to be eligible for award of Government contracts. LOCAL SOURCES - BIDDERS MAILING LIST APPLICATIONS. Firms which have not submitted Bidders Mailing List Applications to this office are requested to go to the U.S. Army Corps of Engineers, Japan Engineering District, Contracting Division website: http://www.poj.usace.army.mil/BusinessWithUs/GettingStarted.aspx to download the Bidders Mailing List Application. Such firms shall be required to complete the aforementioned application and submit documents indicating they are registered with the Government of Japan to perform construction in Japan and possess both the necessary construction licenses and permits required to perform the requisite work identified in the solicitation. This documentation must be submitted prior to or at the time of bid/proposal submission to allow POJ to verify your company as a ""Local Source."" ===================================================================== NOTE: Draft plans and specifications are being provided FOR INFORMATIONAL PURPOSES ONLY. Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. Submission Requirements for responses to this Market Survey: Interested firms are requested to reply with the following information: 1. Name of your company, address, phone number, email, DUNS Number, CAGE Code, and English Speaking Point of Contact (POC) name. 2. Describe your firm's capability and experience relative to the work described in the Project Description. Please provide information on comparable projects (for government or commercial customers) completed in the past six (6) years. 3. Describe your firm's level of interest relative to all aspects of the work. 4. Identify your current construction bonding levels: a. Per contract b. Aggregate contract bonding level 5. Responses to the questions below directly relate to the project description, DRAFT drawings/plans, and DRAFT specifications. a. Is the Contractor/Bidder knowledgeable about and able to perform the required Logistic Support Area and other work as described in the Project Description? b. Based on the scope of work are there any specialty subcontractors or construction equipment that will need to be utilized for the project that present higher risk or general unavailability that might cause your company not to bid on the project? If so, please identify which specialty subcontractors and/or construction equipment presents the risk. c. Does the anticipated Period of Performance seem feasible? If the Period of Performance is not deemed feasible please identify any risk factors for your assessment. d. Are there any equipment/systems with long lead times to manufacture and deliver to the site?� Is the Period of Performance sufficient for the long lead items? e. Please provide any comments or suggestions that will increase your level of interest and participation in this project. ===================================================================== This notice is NOT a solicitation. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Please submit your responses via e-mail to Quincy McNeil, Contracting Officer, 046-407-8834 at Quincy.A.McNeil.civ@USACE.army.mil������� and Norman Roldan, Contract Specialist, 046-407-8836, Norman.Roldan.civ@USACE.army.mil no�later than 10:00 a.m. Japan Standard Time (JST), on Friday, 31 January 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c653b98553e64c18929420753ecc1914/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN05527651-F 20200108/200106230130 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |