Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2025 SAM #8675
SOLICITATION NOTICE

Z -- NOTICE - Repair Special Operation Wing (SOW) Secure Facility Upgrade, B3537

Notice Date
8/25/2025 1:36:01 AM
 
Notice Type
Presolicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
FA5270 18 CONS PK APO AP 96368-5199 USA
 
ZIP Code
96368-5199
 
Solicitation Number
FA527025R0041
 
Response Due
6/19/2025 10:00:00 PM
 
Archive Date
07/05/2025
 
Point of Contact
Roland Lim, Roland Lim
 
E-Mail Address
roland.lim@us.af.mil, roland.lim@us.af.mil
(roland.lim@us.af.mil, roland.lim@us.af.mil)
 
Description
CONTRACTING ACTIVITY: 18th Contracting Squadron, Kadena Air Base, Okinawa, Japan. CONTRACT INFORMATION: This is a Pre-Solicitation Notice in accordance with Federal Acquisition Regulation (FAR) 5.204 -- Presolicitation notices. The acquisition is for a Design-Build, stand-alone contract to provide a Request for Proposal (RFP) for the Repair Special Operation Wing (SOW) Secure Facility Upgrade, B3537, located on Kadena Air Base, Okinawa, Japan. North American Industry Classification System (NAICS) code is 238990 � All Other Specialty Trade Contractors. A solicitation will be available on this site and Procurement Integrated Enterprise Environment (PIEE) Solicitation about mid-JUL 2025. The Government intends to award one (1) Firm-Fixed-Price (FFP) contract. The estimated magnitude of this contract will be between $1,000,000 - $5,000,000. The performance period is approximately 467 calendar days. DESCRIPTION OF WORK: The project scope consists of, but is not limited to, providing all field investigations, surveys, design, plant, labor, supervision, materials, equipment, supplies, transportation, third-party services, and incidental related work to design and execute construction work defined in the Statement of Work and its attachments. The work includes all necessary finishing work to provide the Government with a final product that is fully functional and leaves no areas of the facility that appear incomplete or unfinished. This project shall accomplish a design-build repair of Building 3537. Repair works herein describe proposed updates to room numbers 156 and 154 in B3537 to accommodate a Joint Operations Center (JOC) for the 353 Special Operation Wing (SOW). Repair to install electrical power outlets to support additional personnel and equipment. Repair to add supplementary cooling system to meet increased heat load. Repair to replace existing power cables and associated conduits, trays to support electrical load, as needed. Repair to install data cables and associated accessories. Repair to install a standalone cooling system with N+1 redundancy for major communications equipment in room 154. Install the safety railing where it is not already present along the floor boundary of the mezzanine level of room 156. Construct concrete slabs on the ground to install cooling units. Demolish electrical and mechanical components to facilitate repair work as needed. Construction phasing is required to complete room 154 as priority. All the work shall comply with Kadena Design Guide and host nation standards. No Asbestos Containing Materials (ACM) and Lead Based Paint (LBP) contaminants identified in affected areas based on the recent test results. Sustainable principles, to include life cycle cost-effective practices, will be integrated into the design, development, and construction of the project in accordance with Unified Facilities Criteria (UFC) 1-200-02, dated date (dtd) 01 JUN 2022. Work for the project is described in more detail in Section 8 of the Statement of Work. Sustainable principles, to include life cycle cost-effective practices shall be integrated into the design, development, and construction of the project(s) in accordance with the latest version of UFC 1-200-02, High Performance and Sustainable Building Requirements, dtd 01 JUN 2022. NOTE: This requirement will be performed in its entirety in the country of Japan. The successful Offeror must be licensed and registered to perform work in the country of Japan. All Offerors must be registered in the System for Award Management (SAM). Joint Ventures (JV) must be registered in SAM as the JV. Offerors are advised to begin this process when they prepare their proposal in order to ensure this registration is in place should they be selected for the award. Lack of registration in the SAM database will make an Offeror ineligible for award. The Government will evaluate qualifications in accordance with the criteria described in the RFP and will award a single FFP contract to the responsible Offeror whose proposal conforms to the solicitation and offers the best overall value to the Government, described in the RFP. OBTAINING THE SOLICITATION: The solicitation for this acquisition will be provided in electronic format only and scheduled to be available for download about mid-AUG 2025 at the PIEE Solicitation Module website at https://piee.eb.mil/sol/xhtml/unauth/index.xhtml and the SAM website at https://sam.gov/. SITE VISIT: UPDATED - Site Visit scheduled for 15 AUG 2025 (Friday), at 0900 hrs JST. � Meeting in front of Building 3537 (Escort meet at Gate 1 (Kadena AB) 45 mins before starting time to be signed in) Only the draft Statement of Work will be attached. PLEASE NOTE: This is a Pre-Solicitation Notice only. Do not submit proposals at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46f0841193754454b94e988c2171a29d/view)
 
Place of Performance
Address: JPN
Country: JPN
 
Record
SN07564799-F 20250827/250825230047 (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.