SOLICITATION NOTICE
Y -- FY24 DLA DWCF Various Repairs on Chimuwan Tank Farms #1, 2, 3, Okinawa
- Notice Date
- 4/8/2024 7:49:15 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- W2SN ENDIST JAPAN APO AP 96338-5010 USA
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-24-B-0005
- Response Due
- 4/23/2024 8:00:00 PM
- Archive Date
- 05/09/2024
- Point of Contact
- Valeria Fisher, Phone: 0989709068, H. Christine Allen, Phone: 0989709041
- E-Mail Address
-
valeria.fisher@usace.army.mil, heather.c.allen@usace.army.mil
(valeria.fisher@usace.army.mil, heather.c.allen@usace.army.mil)
- Description
- Synopsis / Pre-Solicitation Notice W912HV-24-B-0005 FY24 DLA DWCF Various Repairs on Chimuwan Tank Farms #1, 2, 3 Okinawa, Japan Introduction:� The U.S. Army Corps of Engineers, Japan District (POJ), Okinawa Area Office (OAO) is providing a Pre-Solicitation notice pursuant to Federal Acquisition Regulation (FAR) 36.213-2 for an upcoming Invitation for Bids. This notice is not a solicitation. PROJECT INFORMATION: Project Title: �FY24 DLA DWCF Various Repairs Chimuwan Tank Farms #1, 2, 3 Project Location:� Okinawa, Japan Product Service Code (PSC):� Y1NA - Construction of Fuel Supply Facilities NAICS Code:� 236220 � Commercial and Institutional Building Construction.� Project Magnitude:� Between $10,000,000 and $25,000,000 (between �1,200,000,000 and �3,000,000,000) (DFARS 236.204) Estimated Period of Performance: ��550 days Projected Solicitation Issue: May of 2024 Projected Bid Opening: August of 2024 Project Description:� The project is to repair numerous deficiencies identified in the March of 2020 Deficiency Summary Report on three tank farms in Chimuwan, Okinawa, Japan. Work includes miscellaneous repairs and upgrades for Chimuwan Tank Farms #1-3, as well as construction of three new spill containment basins. Contract Line Items (CLINs) CLIN 0001������ Miscellaneous Repairs and Upgrades for Chimuwan Tank Farm #1 Work includes, but is not limited to, repairing and upgrading of deficiencies at buildings, pump houses, valve boxes, tank vaults, above-ground storage tanks (AST), pipelines, equipment, and site utilities. CLIN 0002������ Miscellaneous Repairs and Upgrades for Chimuwan Tank Farm #2 Work includes, but is not limited to, repairing and upgrading of deficiencies at buildings, pump houses, valve boxes, tank vaults, above-ground storage tanks (AST), pipelines, equipment, and site utilities. CLIN 0003������ Miscellaneous Repairs and Upgrades for Chimuwan Tank Farm #3 Work includes, but is not limited to, repairing and upgrading of deficiencies at buildings, pump houses, valve boxes, tank vaults, above-ground storage tanks (AST), pipelines, equipment, and site utilities. CLIN 0004������ New Spill Containment Basin #1 Work includes, but is not limited to, construction of an underground concrete containment tank, including support piping, connections to existing truck fill stands, and post indicator valves (PIVs). CLIN 0005������ New Spill Containment Basin #2 Work includes, but is not limited to, construction of an underground concrete containment tank, including support piping, connections to existing truck fill stands, and post indicator valves (PIVs). CLIN 0006������ New Spill Containment Basin #3 Work includes, but is not limited to, construction of an underground concrete containment tank, including support piping, connections to existing truck fill stands, and post indicator valves (PIVs). SOLICITATION INFORMATION: 1. The Government anticipates the issuance of an Invitation for Bids (IFB) solicitation.� 2. The solicitation when issued will identify the proposal submission due date. All solicitation documents, drawings, and specifications will be posted on the Procurement Integrated Enterprise Environment (PIEE) with notice on System for Award Management (SAM) when issued. Interested vendors are responsible for monitoring PIEE/SAM websites 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. 4. All interested companies shall be actively registered in the 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. 5. The US Army Corps of Engineers Japan District (POJ) has transitioned to Procurement Integrated Enterprise Environment (PIEE) Solicitation Module for bid/proposal submission (unless otherwise specified in the solicitation), to replace DOD SAFE.� It is recommended that contractors create their PIEE Solicitation Module account as soon as possible and not wait till bid/proposal due date, as access may take time.� The following information is provided for reference. Step 1: Complete vendor registration on https://piee.eb.mil/.� Instructions for registration can be found through: https://www.acq.osd.mil/asda/dpc/ce/cap/docs/piee/PIEE_Solicitation_Module_Vendor_Access_Instructions.pdf Step 2: Upload offer in the Solicitation Module through https://piee.eb.mil/ .� Instructions for uploading an offer can be found through: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml 6. 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. 7. 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. 8. No small business set-aside is provided. Contracting Office Address: Contracting Division, Japan District, US Army Corps of Engineers Rm 116, Bldg 364 Camp Foster Chatan-Cho, Okinawa, Japan Zip Code: 904-0100 Points of Contact: Primary: Valeria Fisher Contract Specialist valeria.fisher@usace.army.mil Alternate: H. Christine Allen Contracting Officer heather.c.allen@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/954f4b10f4b8418e949c5d53ed5a3a36/view)
- Place of Performance
- Address: JP-47, JPN
- Country: JPN
- Country: JPN
- Record
- SN07023054-F 20240410/240408230039 (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 |