Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOLICITATION NOTICE

Y -- FY22 MCN P-039 Ship Handling & Combat Training Facilities, CFA Yokosuka

Notice Date
8/1/2022 8:03:50 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JPN APO AP 96338-5010 USA
 
ZIP Code
96338-5010
 
Solicitation Number
W912HV-22-B-0013
 
Response Due
8/17/2022 7:59:00 AM
 
Point of Contact
Charles Qi, Phone: 0464074823, Jennifer H. Knutson, Phone: 0464078839
 
E-Mail Address
charles.l.qi.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil
(charles.l.qi.civ@usace.army.mil, jennifer.h.knutson.civ@usace.army.mil)
 
Description
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 Invitation for Bid (IFB).� This is not a solicitation. PROJECT INFORMATION Project Title:� FY22 MCN P-039 Ship Handling & Combat Training Facilities, CFA Yokosuka Project Location: CFA Yokosuka, 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: 750 calendar days Project Description: Constructs a multi-story, reinforced concrete building with auger cast pile foundation as a structurally independent facility directly adjacent to Building 1997. The new facility will include high-bay space for Integrated Navigation, Seamanship and Ship handling Trainers (NSST-4 & NSST-5); space for a Combined Integrated Air and Missile Defense (IAMD) and Antisubmarine Warfare (ASW) Trainer (CIAT); space for a Radar Navigation (NSST-6, RADNAV) trainer; space for a Multi-Purpose Reconfigurable Training System (MRTS); and support areas including administrative office space, briefing room, storage room, restrooms, quarterdeck, server room, and utility rooms. This project alters Building 1997 to provide connecting access to the new facility. Facility-related control systems include cybersecurity features in accordance with current Department of Defense (DoD) criteria. This project will provide Antiterrorism (AT) features and comply with applicable service and Geographic Combatant Commander policies and directive per UFC 4-010-01 DoD Minimum Antiterrorism Standards for Buildings. The AT line item includes standard antiterrorism measures such as mass notification systems, emergency shutoffs for ventilation systems, laminated glazing, and emergency lighting and signage. Built-in equipment includes raised flooring and a passenger/freight elevator. A service yard for the mechanical and electrical equipment for the new building will also be installed. Special costs include Post Construction Contract Award Services (PCAS) and cybersecurity commissioning. The cybersecurity commissioning cost is to cover the Navy's (DON) cybersecurity requirements as well as DON's in-house costs to review contractor submittals and to implement steps necessary for obtaining Authority to Operate. Operations and Maintenance Support Information (OMSI) is included in this project. DoD and DON 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 will be included in the design and construction of this project as appropriate. Special Construction Features include radon mitigation. Electrical utilities include demolition of existing parking lot lighting and circuits, relocation of existing feeder duct banks and manholes, primary and secondary distribution system, telecommunications infrastructure and cubicle transformer. Existing feeder duct banks and existing manhole B17 routed near the proposed building site will be relocated. Facilities will be designed to meet or exceed the useful service life specified in DoD Unified Facility Criteria. Facilities will incorporate features that provide the lowest practical life cycle cost solutions satisfying the facility requirements with the goal of maximizing energy efficiency. SOLICITATION INFORMATION: Procurement Method: The Government will issue an Invitation for Bid (IFB) solicitation.� The Government anticipates issuing the solicitation no later than middle August 2022. 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.� The Government intends to award a firm-fixed-price construction contract as a result of this IFB. 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) The Government will be conducting a telephonic pre-bid conference and site visit for this project. A virtual telephonic pre-bid conference has been scheduled for� Date and Time: Monday, 22 August 2022 at 09:00 AM, Japan Standard Time (JST). Those who wish to attend shall send a notification via email no later than 17 August 2022, JST to the POCs identified in paragraph (c) below with a list of names and the number of phone lines that will call into this virtual telephonic pre-proposal conference. Upon receipt of the notification, instructions, presentation slides and the call-in number will be provided via an email before 19 August 2022. The site visit will be held on: Tuesday, August 23, 2022 at 10:00 AM, JST. Those who wish to attend shall send a notification via email no later than 09 August 2022, JST to the POCs identified in paragraph (d) below. Please identify the individuals that will need to be escorted on base. Site Visit Schedule/Agenda: Meet Time: Specific time will be established after finalization of participants. Meet Location: Carney Gate (Main Gate) There will be a shuttle bus provided by USACE to shuttle participants to the P-039 project site/lay down area and back to Carney Gate (Main Gate) Additional Requirements for Non-Base Access Holders: Meet Time: Specific time will be established after finalization of participants. Meet location: Carney Gate (Main Gate) 1. ALL attendees must fill-in the CFAY 5512/21 Form and provide an official photo ID such as PDF of Passport or Driver's License plus ""JyuminhyoTohon with Honseki-chi"" issued within three (3) months (must be original) and Driver's License, ""Jyumin Kihon Daicho Card with picture"" or ""Driver's License"". 2. The POC needs to receive all forms mentioned above and copy of IDs no later than 09 September 2022, JST. The POC needs to receive access request with copy if IDs via e-mail from the attendees and after review of the documents, these will be forwarded to the pass office prior to the date of access. 3. ALL attendees may park their POVs at the Off-Base public parking lots and walk to the Pass & ID office. The POC will be escorting the attendees to the Pass & ID office. A photo ID (i.e. Passport, Driver's License plus Jyuminhyo with Honseki-chi, or Juyumin Kihon Daicho Card) will be required at the entrance gate to the Pass & ID office. (c) Point of Contacts For Pre-Bid Conference: Charles Qi: Charles.L.Qi.civ@usace.army.mil Jennifer Knutson: Jennifer.H.Knutson.Civ@usace.army.mil For Site Visit: Charles QI: Charles.L.Qi.civ@usace.army.mil Guillermo Provencio: Guillermo.Provencio@usace.army.mil Nick Bloomer: Nicholas.M.Bloomer.civ@usace.army.mil (End of provision) 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.� 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: Charles Qi Contract Specialist 046-263-4823 Charles.Qi.civ@usace.army.mil Alternate: Jennifer H. Knutson Contracting Officer 046-407-8839 Jennifer.H.Knutson.civ@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa512978172d4d79a83991b8021b1ecd/view)
 
Place of Performance
Address: Yokosuka, Kanagawa-ken, JPN
Country: JPN
 
Record
SN06409030-F 20220803/220801230128 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.