SOURCES SOUGHT
Y -- Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan
- Notice Date
- 9/16/2024 6:53:14 PM
- Notice Type
- Sources Sought
- NAICS
- 237120
— Oil and Gas Pipeline and Related Structures Construction
- Contracting Office
- W2SN ENDIST JAPAN APO AP 96338-5010 USA
- ZIP Code
- 96338-5010
- Solicitation Number
- W912HV-24-Z-0027
- Response Due
- 9/30/2024 12:00:00 AM
- Archive Date
- 10/15/2024
- Point of Contact
- Jiro Miyairi, Ryan Marzetta, Phone: 3152638725
- E-Mail Address
-
jiro.miyairi.ln@usace.army.mil, ryan.j.marzetta.civ@usace.army.mil
(jiro.miyairi.ln@usace.army.mil, ryan.j.marzetta.civ@usace.army.mil)
- Description
- W912HV-24-Z-0027 Sources Sought Market Survey Introduction: The U.S. Army Corps of Engineers, Japan District (POJ), is performing market research for an upcoming Design-Bid-Build (DBB) requirement entitled, ""Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan."" �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 sources sought. �Market research and industry feedback is an essential part of the acquisition process. � The information requested in this announcement will be used within POJ to facilitate decision-making and will not be disclosed outside the agency. However, respondents submitting business information pursuant to this 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 project 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. �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 this solicitation. �Construction license will be verified through the Government of Japan � Ministry of Land, Infrastructure, Transport, and Tourism (MILT) https://etsuran2.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: �Provide Secondary Containment at JP-8 Rail Offload Yokota Air Base, Japan Project Location: Yokota Air Base, Japan Project FSC: Y1NA - Construction of Fuel Supply Facilities Project NAICS: 237120 - Oil and Gas Pipeline and Related Structures Construction Project Magnitude: Between �1,000,000,000 and �5,000,000,000 (Japanese YEN) Project Description: �� Provide Secondary Containment at JP-8 Rail Offload, Yokota AB, facility #8005. �Provide concrete secondary containment in the area underneath active rail car offload positions and connect to existing concrete containment system around rail offload piping area. Repair existing concrete containment around rail offload piping to have sufficient curbs and proper grading for spill containment and drainage. Allow rainwater to drain to a concrete sump and drainage piping with a lockable valve (normally closed during fueling operations) which can be opened to drain the area as necessary. Include other piping repairs, mechanical hardware, painting and other support work for a complete and usable facility. The work includes inspection and acceptance of the rail system prior to placing the rail back into operation. Procurement Method: �� The Government anticipates issuing a Request for Proposal (RFP) for this project in December 2024. This survey does not constitute a commitment by the Government for any follow-on announcements, solicitation, or award. Any solicitations pursued will be intended for local sources only. �Local sources are those sources physically located and authorized to perform construction work in Japan.� Draft plans and specifications are being provided for INFORMATIONAL PURPOSES. �Offerors are cautioned that these drawings and specifications are in DRAFT FORMAT. ========================================================================== REQUESTED INFORMATION� Interested firms are requested to reply with the following information no later than 30 September 2024 Japan Standard Time. �Please submit your responses via e-mail to Mr. Ryan J. Marzetta, Contracting Officer at ryan.j.marzetta@usace.army.mil and Mr. Jiro Miyairi, Contract Specialist at jiro.miyairi@usace.army.mil� 1.�� �Name of your company, address, phone number, email, SAM UEI, CAGE Code, and English Speaking Point of Contact (POC) name. 2.�� �Describe your firm's interest, capability and experience relative to the work described in the interested Project Description.� 3.�� �Identify your current construction bonding levels: a. Single Contract Amount� b. Aggregate Maximum Contract Amount c. Name of Sureties 4.�� �Please provide at least (3) comparable projects your company has completed to the project(s) you are interested in (for government or commercial customers) completed in the past seven (7) years. �The comparable projects must include rail construction or replacement on an active rail line. Rail lines on comparable projects must also be classified as Track Class 3 (or Freight Track Class 1), for public or privately owned railways in the Kanto Region. � �� a.�� �Project Title and Location b.�� �Customer/Agency c.�� �Project Value and Brief Description d.�� �Date Completed or Percent Complete e.�� �Your role (Prime, Subcontractor, Designer of Record, Joint Venture, etc) f.�� �Past Performance on Similar Projects Involving Rail Replacement on an Active Line 5.�� �Is your company or your railroad construction subconsultant designated by the MLIT minister as a Type III Railroad Business (or higher), as defined per the Railways Business Act? Alternatively, is your company or your railroad construction subconsultant granted permission from MLIT to perform railroad construction in accordance with the Railways Business Act or other railroad laws and regulations in Japan? 6.�� �Does your company or your railroad construction subconsultant have experience in the past five years of constructing new railways, or realigning existing railways, which were required to be certified to JR Freight or equivalent standards to be put into service? If not, please provide a list of the private or public railway owners or operators certification standards that you were required to meet. 7.�� �Do you have any questions or concerns on the DRAFT plans and specifications?� 8.�� �Completion of this project will require several rail outages with a maximum outage duration of approximately 21 calendar days followed by a 21 calendar day recovery period in which the rail will need to be operational. �The 21 calendar day outage must also include inspection and acceptance of the work completed prior to rail reopening. �Please provide feedback or concerns about feasibility of completing the project if rail outages are limited to 21 calendar days. 9.� �The anticipated period of performance is 720 calendar days.� Please provide any feedback your company may have on the number of calendar days required for the project. 10.�� �Are there any other comments or suggestions that may increase your interest or participation? Additional Info: 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 Points of Contact: Jiro Miyairi 046-407-8837 jiro.miyairi@usace.army.mil� Ryan J. Marzetta 046-407-8725 ryan.j.marzetta@usace.army.mil �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55b94abc9dae4277af402518df7ece66/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN07213112-F 20240918/240916230119 (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 |